ORDER NO. 26860 APPROVE ROAD & BRIDGE ADVERTISEMENT REF: ANNUAL BIDS ON MATERIALS AND EQUIPMENT On this the 12th day of February, 2001 upon motion made by Commissioner Letz, seconded by Commissioner Baldwin, the Court unanimously approved by a vote of 4-0-0, to accept the advertisment for annual bids on materials and equipment by the hour for the Road and Bridge Department. COMMISSIONERS' COURT AGENDA REQUEST P_ LEASE FURNISH ONE ORGINAL AND NINE COPIES OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT. MADE BY: Iranklin Johnston. P.E. OFFICE: Road & Bridge MEETING DATE: Fe ary 12.2001 TIME PREFERRED: SUBJECT: (PLEASE BE SPECIFIC) Consider~r arroroval Road & Bridge advertisement for annual bids on materials and equi may the hour . EXECUTIVE SESSION REQUESTED: (PLEASE STATE REASON) NAME OF PERSON ADDRESSING THE COURT: Franklin Johnston ESTIMATED LENGTH OF PRESENTATION: 10 minutes IF PERSONNEL MATTER -NAME OF EMPLOYEE: Time for submitting this request for Court to assure that the matter is posted in accordance with Title 5, Chapter 551 and 552, government Code, is a follows: Meeting scheduled for Mondays: 5:00 P.M. previous Tuesday THIS REQUEST RECEIVED BY: THIS REQUEST RECEIVED ON: All Agenda Requests will be screened by the County Judge's Office to determine if adequate information has been prepared for the Court's formal consideration and action at time of Court Meetings. Your cooperation will be appreciated and contribute towards your request being addressed at the eazliest opportunity. See Agenda Request Rule Adopted by Commissioners' Court. ADVERTISEMENT FOR BID Kerr County will be accepting Annusl Sealed Bids for Road Base Material Cold Mix Black Base Paving Aggregate Asphalt Emulsion Oil Corrugated Metal Pipe Equipment by the hour with Operator Sealed bids will be accepted by the Kerr County Clerk, Kerr County Court House, 700 Main Street Kerrville, Texas 78028, unti15:00 P.M., March 9, 2001. Ali bids must be submitted on the Unit Price Bid Form. Bids will be opened publicly and read aloud at 10:00 A.M., Monday, March 12, 2001, in Commissioners' Court. Bid documents may be obtained from Kerr County Road & Bridge Department, 4010 San Antonio, Hwy., Kerrville, Texas 78028 or call 1-830-257-2993. BID DOCUMENTS PAVING AGGREGATE ASPHALT EMULSION OIL CORRUGATED METAL PII'E KERR COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVII.LE, TX 78028 (830) 257-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: PAVING AGGREGATE ASPHALT EMULSION OILS CORRUGATED METAL PIPE BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received until 5:00 p.m March 9, 2001, by the Kerr County Clerk Kerr County Court IIouse 700 Main Street Kemille, Texas 78028 All bids must be on the Unit Price Bid Form Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m., Monday, March 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following information on the outside ofthe sealed envelope: Sealed Bid for Paving Aggregate or Sealed Bid for Asphalt Emulsion Oil Or Sealed Bid for Corrugated Metal Pipe and March 9, 2001 at 5:00 p.m "Name and address of Contractor" Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Paragraph 5.06 through 5.09 (see attached). PAVING AGGREGATES SPECIFICATIONS AND BID FORM 1. Specifications: Paving aggregates shall conform to the requiremems in 1993 Texas Highway Department Standard Specifications, Item 302 Aggregates for Surface Treatments. All sections apply except 302.5. Bids aze to be in cost (in dollars) per cubic yard. All paving aggregate must be clean and free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form BID ilPIIT COST TYPE GRADE F.O.B. UNIT B (Crushed gravel, crushed 3 Supplier Plant $ /CY B stone or natural limestone 4 Supplier Plant $ /CY B rock asphalt) 5 Supplier Plant $ /CY PB 3 *Kerr County $ /CY pg 4 *Kerr County $ /CY pB 5 *Kerr County $ !CY Trap Rock 3 *Kerr County $ /CY '^ Trap Rock 4 *Kerr County $ /CY Trap Rock 5 *Kea County $ /CY * Kerr County = 25 mile radius of Kerrville Type A & B Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations aze shown in Item 301.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Type PB & Trap Rock shall meet the gradations are shown in Item 302.4, Texas Department of Transportation 1993 Standard Specifications (see attached). Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one suppher being "Low Bidder,' depending on the locations of job sites. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 1 S, 2001 acrd be in effect until March I5, 2002. Signature Date Firtn Name: Address: Seal in Corporation Telephone: EMULtSION OIL~t SPECIFICATIONS AND BID FORM i. Specifications: Emulsion oils shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, item 300, Asphah, Oils and Emulsions, CRS-2 or HFRS-2, and AEP (see attached). Bids are to be in cost (dollars) per gallon, delivered to Kerr County Texas work sites. 2. Bid Form: Type Bid Unit Cost CRS-2 $ /Gallon Or ~_y $ /Gallon ,e~p $ /Gallon I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March 15, 2002. Signature Date Firm Name: Address: Seal in Corporation Telephone: C08RUGATED METAL PIPE SPECIFICATIONS AND BID FORM 1. SpeciScaNons: Culvert pipe shall conform to the requirements in 1993 Texas Highway Department Standazd Specifications, Item 460 unless otherwise noted herein Bids are to be in cost (dollars) per linear foot. 2. Bid Form BID UNTI' COST Type Design F.O.B. Kerr County Road & Bridge Yard 15" Arch 1 $ /I,F 18" Arch 2 $ 2F 24" Arch 3 $ /i.F 30" Arch 4 $ /LF 15" Coupling Band $ _/each 18" Coupling Band $ _/each 24" Coupling Band $ /each 30" Coupling Band $ _/each I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until Mazch I5, 2002. Signature Seat in Corporation Firm Name: Address: Telephone: Date BID DOCUMENTS ANNUAL BID FOR ROAD BASE MATERIAL BLACK BASE COLD MIX TYPE CC KERB COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVII,LF., TX 78028 (830) 257-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: Annual Bid for: Road Base Material Black Base Cold Mix Type CC BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received unti15:00 p.m March 9, 2001, by the Kerr County Clerk Kerr County Court Rouse 700 Main Street Kerrville, Texas 78028 All bids must be on the Unit Price Bid Form Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m, Monday, Match 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Road Base Material Or Black Base Or Cold Mix Type CC March 9, 2001 at 5:00 p.m "Name and address of Contractor" This may be anon-exclusive contract and Kerr County shall have the right to contract with others as needed in the discretion of the County. Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Paragraph 5.06 through 5.09 (see attached). BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifcations: Base material shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 247, Flexible Base, Type A, Type B (see attached). Bids are to be in cost (in dollars) per cubic yard. 2. Bid Form BID iJNIT COST F.O.B. SUPPLIER'S PLANT GRADE 1 GRADE 2 (1'/. down) (2'/: dowa) Type A (crushed limestone) $ !CY $ /CY Type B (uncrushed graveVpit run) $ /CY $ /CY Type C (crushed gravel) $ /CY $ /CY F.O.B. KERB COUNTY GRADE 1 GRADE 2 (25 Mlle radios of Kerrville) (1'/+ down) (2'/ down) Type A (crushed limestone) $ !CY $ /CY Type B (uncrushed graveUpit run) $ /CY $ /CY Type C (crushed gravel) $ /CY $ /CY Kerr County retains the rights to add transportation charges to the unit price shown above to determine the "Low Bid" for a particular job site. This may result in more than one supplier being "Low Bidder,' depending on the locations of job sites. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March I5, 2001 and be in effect until March 15, 2002. Signature ~~ Firm Name: Address: Seal in Corporation Telephone: HOT MIX-COLD LAID ASPHALTIC CONCRETE PAVEMENT SPECIFICATIONS AND BH) FORM i. SpeciScations: Base material shall conform to the requirements in 1993 Texas Highway Department Standard Specifications, Item 334 (see attached). Bids are to be in cost (in dollars) per TON. 2. Bid Form BID UNTf COST F.O.B. KERB COUNTY BLACK BASE COLD MIX Type CC (25 Mile radios of Kerrville) $ /fON $ /fON I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2001 and be in effect until March 15, 2002. Signature Date Firm Name: Address: Telephone: Seal in Corporation Texas Department of Tramportation STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE bF ffiGHWAYS, STREETS, AND BRIDGES 1993 (Later years m~e done in metric) ITEM 247 FLE?dBI.E BASE 247.1. Description. This Item shall govern for the delivery, stockpiling andlor the construction of foundation or base courses ss herein specified and inconformity with the typical sections and to the lines and grades shown on the plans or established by the Engineer. 247.2. Materials. The flexble base material shall be crushed or uncrushed as necessary to meet the requirements herein, and shall consist of durable coarse aggregate particles and binding materials. (1) General. When off right of way sources are involved, the Contractors attention is directed to Item 7, "Legal Relations and Responsibilities to the Public". (2) Physical Regtdrements. (a) General All types shall meet the physical requirements for the specified grade(s) as set forth in Table 1. Additives, such as, but not limited to, lime, cement or fly ash, shall not be used to aher the soil constants or strengths shown in Table 1, unless otherwise shown on the plans. Unless otherwise shown on the plans, the base material shall have a minimum Bar Linear Shrinkage of 2 percent as determined by Test Method Tex-107-E, Part II. The flexible base shall be one of the following types, as folknvs: (b) Type A. Type A material shall be crushed stone produced from oversize quarried aggregate, sized by crushing and produced from a naturally oceurriog single source. Crushed gravel ar uncrushed gravel shall not be acceptable for Type A material. No blending of sources and/or additive materials will be allowed in Type A roateriaL (c) Type B. Type B material shall be crushed or uncrushed gravel. (d) Type C. Type C material shall be crushed gravel Unless otherwise shown oa the plans, crushed gravel shall have a minimum 60 percent of the particles retained on the No. 4 sieve with two (2) or more crushed faces as deterroined by Test Method Tex-460, PaR 1. (e) Type D. As shown on the plans. (I of 4) TABLE 1 PHYSICAL REQUIREMENTS GRADE I GRADE 2 GRADE 3 Triaxial Class 1: Min. Triaxial Class lto 2..3: TriaxialClnss-Unspecified compressive strength, Min. compressive psi: 45 at 0 psi lateral strength psi: 35 at 0 psi pressure and 175 at 15 yd~l pressure and 175 at psi lateral pressure 15 psi lateral pressure Master Grading ~~ Grading Master Grading 1-3/4" 0 2-1/2" 0 2-1/2" 0 7/8" 10-35 1-3/4" 0.10 1-3/4" 0-10 3/8" 30-50 No.4 45-75 No.4 30-75 No.4 45-65 No. 40 (cgs No. 40 50.85 No. 40 70-85 Max LL ...... 40 Max LL ...... 40 Max LL ...... 35 Max PI ...... 12 Max PI ...... l2 Max PI ...... 10 Wet Ball Mill Wet Ball Mill Wet Ball Mill Max ....... 45 Max ....... 50 Max ....... 40 Max increase in passing Max increase in passing Max increase in passing No. 40 ....... 20 No. 40 ....... 20 No.40....... 20 GRADE 4 GRADE 5 GRADE 6 Triaxial Class Triaxial Class Unspecified Unspecified Master Grading Master Grading As Shown on 1-3/4" ....... 0 1-3/4" ......... 0 the Plans No.4..... 45-75 No.40........ 50-85 No. 40.......50-85 Max LL ....... 40 Max LL ....... 40 Max PI ....... 12 Max PI ....... 12 Notes: 1. Gradation euquiranents are percxnt retained ~ square sieves. 2. Whm a magnesium soundness value is shown on the plans the material will be tested in accordance with Test Method Tex-0I t-A. 3. When lightweight aggregates are used, the wet ball mill requirements will not apply and the lightweight aggregate shag meet the Los Angeles Abrasion, Pressure Slaking and Frceze Thaw requirements of Item 303, "Aggregate for Surface Treatment (Lightweight)". (2 of 4) (3) Pilot Grading. When pilot grading is required on the plans, the flexible base shall not vary from "' the designated pilot grading of each sieve size by more than five (S) percentage points. However, the flexible base grading shaft be within the masts grading limits as shown in Table 1. The p'dot grading may be varied by tbe Engineer as necessary to insure that the base material produced will meet the physical requireme~s shown in Table 1. (4) Tenting. Testing of flexible base materials shall be in accordance with the following Department standard laboratory test procedures: Moisture Comet Tex-103-E Liquid Limit Tex 104-E Plasticity Index Tex-10(rE Bar Linear Shrinkage Tex-107-E, Part II Slave Analysis Tex-110.E Moisture-Density Determination Tex-113-E Roadway Density Teat-115-E Wet Ball Mill Tex-116-E Triaxial Tests Tex-117-E (Part I or II as selected by the Engutcer) Particle Count Tex-460-A, Part I Samples for testing the base material for trivial class, soil constants, gradation and wet ball mill will betaken prior to the compaction operations. (5) Tolerances Unless otherwise shown on the plans, the limits establishing reasonably close conformity with the specified gradation and plasticity index are defined by the folbwing. (a) Gradation. The Engineer may accept the material, providing not more than one (1) out of the most recent five (S) consecutive gradation tests performed are outside the specked limits for master grading or pilot grading, as applicable, on any individual sieve by no more than five (S) percentage points. (b) Plasfklty Inde:. The Engineer may accept the material providing net more than one (1) out of the most recent five (S) consecutive plasticity index samples tested are outside the specified limit by no more than two (2) percentage points. (6) Materiel Soarces. The flexible base material shall be famished by the Contractor. When a noncommercial source is utilized, it shall be opened w such maws as to immediately expose the vertical faces of all the various strata of acceptable material. Unless otherwise approved by the Engines', the malarial shall be secured and processed by successive vortical cuts eatteading through all of the exposed strata Unless otherwise shown on the plans, the flextbk base material shall be temporarily stockpiled prior to delivery to the roadway. Unless other wise shown on the plans, the stockpile shall not be less than ten (] 0) feet in height and shall be made up of layers not greater than two (2) feet in thickness. After a sufficient stockpile has been constructed the Contractor may proceed with loading from the stockpile for delivery. In loading from the stockpile for delivery, the material shall be loaded by making successive vertical cuts through the eatite depth of the stockpile. (3 of 4) ^' When temporary stockpiles .are to be tested for acceptance prior to delivery to its intended use, aqy stackpik that Las been sampled and accepted shall not have material added or removed unless otLerwise approved by the Engineer. The Contractor will bo cLarged for addition sampling and tasting required as a resort of material being removed from a previously approved stockpile without the approval of tLe Engineer. Such charges will be deducted from the Contractor's estimate4. Blending of materials From more than one (1) source to produce Type B C or D flexible base will be allowed when approved by the Engines'. (4 of 4) 332.8 to 334.1 G = Average actual specific gravity of three molded a specimens as prepared by Test Method Tex-206-F and determined in accordance with Test Method Tex- 207-F Y = Weight of water and light hydrocarbon volatiles in pounds in excess of 4.0% of total weight of mix at time of weighing 332.8. Payment. (1) The work performed and materials famished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the "Limestone Rock Asphalt Pavement (Class B)" of the type specified. Measuranent Method Bid Item UrtitofMeastae Weight Limestone Rock Ton Asphalt Pavement (Class B) Volumetric Limestone Rock Cubic Yard Asphalt Pavement (Class B) The payment, based on the unit bid price, shall be full compensation for quarrying, furnishing all materials, additives, and freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing limestone rock asphalt mixture, rolling and finishing; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. (2) All templates, straightedges, scales and other weighing and measuring devices necessary for the proper constmction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. ITEM 334 HOT MIX-COLD LAID ASPHALTIC CONCRETE PAVEMENT 334.1. Description. This Item shall govern for the construction of a base course, alevel-up course, a surface course or any combination of 334.2 these courses as shown on the plans, each course being composed of a compacted mixture of aggregate and asphaltic material mixed hot in a mining plant, in accordance with the details shown on the plans and the requirements herein. The mixture covered by this Item has been designed for cold placement. Should the placement temperature of the mixNre be 175 F or greater, the mixture is not considered as being placed cold and shall be designed, mixed, placed and compacted in accordance with Item 340, "Hot Mix Asphaltic Concrete Pavement", to include any applicable requirements for the use of reclaimed asphalt pavement. 334.2. Materials. The Contractor shall furnish materials to the project meeting [he following requirements prior to mixing. Additional test requirements affecting the quality of individual materials or the paving mixture shall be required when indicated on the plans. (1) Aggregate. The aggregate shall be composed of a coarse aggregate, a fine aggregate, and if required or allowed, a mineral filler. Samples of each aggregate shall be submitted for approval in accordance with Item 6, "Control of Materials". Aggregate from each stockpile shall meet the quality requirements of Table 1 and other requirements as specified herein. (a) Coarse Aggregate. Coarse aggregate is defined as that part of the aggregate retained on a No. 10 sieve. The aggregate shall be natural, lightweight or manufactured, and be of uniform quality throughout. When specified on the plans, certain coarse aggregate material may be allowed, required or prohibited. Lightweight aggregate is defined as expanded shale, clay or slate produced by the rotary kiln method. Manufactured aggregate is defined as any aggregate other than natural or lightweight. Lightweight or manufactured materials with the same or similar gradation, whose unit weights vary by more than 6.0 percent from that used in the mixture design, may require a redesign. Gravel from each source shall be so crushed as to have a minimum of 85 percent of the particles retained on the No. 4 sieve with two or more mechanically induced crushed faces, as determined by Test Method Tex- 460-A (Part I). The material passiag the No. 4 sieve and retained on [he 342 ~ 343 334.2 334.2 No. 10 sieve must be the Product of crushing aggregate that was originally retained on the No. 4 sieve. The polish value Eor the coarse aggregate rued 1° the lens awhen finish course shall not be less than the value shown on the p tested in accordance with Test Method Tex-438-A. Uo~ st egg tgate used on the plans, the polish value requirement will apply Y on travel lane. For rated sources, the Division of Materials and Tess Rated Source Polish Value (RSPV) catalog will be used t CdOe~ nerpeoates value compliance. Unless otherwt`se~sh°v"n °~ ~~~ x-438-A B Part II, may be blended in accordance uirement. When blending is Method B, to meet the polish value req re ales of allowed, the blended aggregates shall contain non-polishing egg g not less than the percent by volume of the critical size shown below for the specified mixture. Type C TYPe D Type F Retained oa the No. 4 sieve 509a 5090 50 % Retained on the No. 10 sieve (b) Fine Aggregate. The fine aggregate is defined as that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. When specified on the plans, certain fine aggregate material ~y be allowed, required or prohibited. However, a maximum of 15 percent of the total aggregate may be field sand or other rmcrushed fine aggregate. Screenings shall be supplied from sources whose coarse aggregate meets Ute I.os Angeles abrasion and magnesium sulfate soundness lass requirements shown in Table 1, unless otherwise shown on the plans. I. Unless otherwise shown on the plans, stoantion and meet the required and shall be ai u iemlents,awhen testedn noacordance with Test following gradation req Method Tex-200-F, Part I. Percent by Weight the 3/8" sieve ................. . ' 70-100 Passing Passing the No. 10 sieve ......... • ' ' ' ~ ~ 0-15 .......... Passing the No. 200 sieve • • • 2 Crushed grave] screenings tray be used with, or in lieu of, stone screenings when shown on the plans. Crushed gravel screenings must be 344 the product of crushing aggregate that was originally retained o° the No. 4 sieve and meet the gradatton for stone screenings shown above. (c) 114inetal Filler. Mineral filalsehsorlothersmineral dusgapp owed stone dust, Portland cement, lime, fly by the Engineer The mineral filler shall be free from foreign matter. When a specific type of mineral filler is specified on the plans, fines collected by the baghouse or other air cleaning or dust collecting equipment shall not be used to meet this requirement. When mineral filler is not specifically required, the addition of baghot~se or other collected fine inioln be Permitted if the mixure Quality is not adversely affected in the op of the Engineer. In no case shall the amount of material passing the No. 200 sieve exceed the tolerances of the job-mix formula or the master gradation limits. When mineral filler is specified or allowed by the Engineer, or baghouse fine are Permitted ro be added to the mixture, it shall be proportioned into the mix by a vane meter or an equivalent measuring device acceptable to the Engineer. A hopper or other acceptable storage system shall be required to maintain a constant supply of mineral filler to tFte measuring device. The measuring device for adding mineral filler shall be tied mto the automatic plant controls so that the supply of mineral filler will be automatically adjusted to plant production and provide a consistent percentage to the mixture. When shown on the plans, the measuring device for adding baghouse Ernes a ~~ nt of feed rates forma ch Pla°t Pr°duc~on which will allow manual ad} rate adjustments. When tested in accordance with Test Method Tex-200-F (Predation Part III, as applicable), the mineral filler shall meet the following g requirements, unless otherwise shown on the Plans. Baghouse fines are not required to meet the gradati°° requirements. Percent by Weigh[ or Volume ... 95-100 Passing the No. 30 sieve ................... 75 passing the No. 80 sieve, not less than • • ' ' SS .. Passing the No. 200 sieve, not less an • ' 345 334.2 TABLE 1 AGGREGATE RaWi*~a't ' iglcf, Dry L~K Umt weight, AbwRtion, 24 Ho.+r Watcr m erccnt, maxstnn aerial, par~ani, lXlempoua M maximum j)aaarnetfOM PErCCPt, msximum Loa Angeles Abgaion, Percem. MaBTb~um SulGta Soordncaa _..,, .naxin m Litw*r ShristluBa, maxunu Man~p¢tur'ad or ~twdght Test Nat~ee Tex-404'A Tax.431-A Tex~32•y+ Tax.g33-A Tez-217-F pan L Tex-217-F Fart ll TexA10-A Tcxdl l-A m ~~ AGGREGA Tax-l07•E 35.0 4.0 7.0 t2.o y.5 LS LS l.5 35 40 30.` ... C~MtttNE4 Aw'--'- 45 45 Tet. halt cement and a blend of asp bait primer shall be weer. (b) prirrter. f'~ with the approval of the En8 hydrocarbon volatiles meeting on the plans or Tack Coat. Asphaltic materials, shown ineer, shall steer ii1e requirements of Item 3iX1, (C) approved by the EnB • Asphalts, Oils and Emulsions" , rove the Additives. Additives to facilitate mixing and~or imp iLSed when noted on the (3) or tack coat shall be ui ment. quality of the asphaltie;w ~ the authoriv'tion of the Eq P Plans or may be u~d lans the Contractor may choose to on the P ant to reduce the moisture Unles shown tistrippmB s otherwise uid antistripPinB aB or a liq .fie evaluation and addition of an ~~» nse either lime re ate. A halt AntistripPing AB susceptibility of the ag8 ~ with Item 3Q1, " sP agenu willbe in acc°T ~t~ ~e Paving mixtures smell consist of a haltic material' and Primer' additives and 334.3. Paving be mixed on the job or at mixture of a86{BBate, asp The materials may Mixtures that do not uniform or required. ready to ~. water if allowed lant and shipped rmit load'uig, iyploading, a central mixin8 P riod of time to Pe table. remain workable a sufficient~ting Will not be acceP hauling, Planrng, and COmP which includes the is a labor~rory process dividual xture design haltic matenals and the ui of the An asphalt mi y ula, and the testm8 determination of the qualit of the ay mix form aBBTe$ates. the development of the j combined mixture. Went to be rLSed The job-mix formula lists the gitatitity of each comp. in the mix and the combined gradation of the aggregates BID DOCUMENTS EQUH'MENT WITH OPERATOR By HOUR KERB COUNTY ROAD & BRIDGE DEPARTMENT 4010 SAN ANTONIO HWY. KERRVILLE, TX 78028 (830)257-2993 MARCH 2001 NOTICE TO CONTRACTORS PROJECT: Bid for Equipment by the Hour with-Operator BID DATE AND TIME: March 9, 2001 at 5:00 p.m. Sealed Bids for the above reference project will be received unti15:00 p.m Mazch 9, 2001, by the Kerr County Clerk Kerr County Court House 700 Main Street Kemille, Texas 78028 All bids must be on the Unit Price Bid Form. Bids received after this time will not be accepted. Bids will be opened publicly and read aloud at 10:00 a.m., Monday, Mazch 12, 2001, in Commissioners' Court. Contract Documents may be obtained from Kerr County Road and Bridge Department, 4010 San Antonio Hwy., Kerrville, Texas 78028. Bidders shall place the following information on the outside of the sealed envelope: Hourly Equipment Bid Mazch 9, 2001 at 5:00 p.m "Name and address of Contractor" To bid for Kerr County work the contractor must have the minimum equipment listed on the bid document. Equipment must be maintenance worthy to be able to complete the roadwork. The Kerr County Engineer will make the final decision of low bid based upon the hourly rate, equipment condition, and how the bid meets minimum requirements. This may be anon-exclusive contract and Kerr County shall have the right to contract with others as needed in the discretion of the County. Payments will be made as specified in General Conditions of Agreement, Measurements and Payments, Page 11, Paragraph 5.03 and Page 12, Paragraph 5.06 through 5.09 (see attached). EQUIPMF•NT BYTHE HOUR WITH OPEB~TOR SPECIFICATIONS AND BID FORM 1. Specifications: Bids are to be in cost (dollars) per hour for EQUIPMENT & OPERATOR 2. Bid form is for equipment listed or a machine of equal performance. SPECIFICATION TYPE AGE OF UNIT MEETS EQUIPMENT EQUIP. COST SPECS BID (Years) (Yes/no) CAT D-6 Dozer w/Ripper $ ~1~• ~• (or equivalent) Scraper $ h~ ~• (heaped capacity 11 CY) CAT 12G Motor Grader $ ~1~' ~'• (or equivalent) 930 Loader $ per ~• (or equivalent) 12 Ton Flat Wheel Roller $ ~Pe1• ~'• 12 Ton Pneumatic Roller $ ~P~ ~• 1500 Gallon Water Truck $ /per hr. Optional bid: Asphalt Distributor $ /per hr. Chip Spreader $ /per hr. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin March 15, 2001, and be in effect until March 15, 2002. Signature Date Firm Name: Address: Telephone: TABLE OF CONII?.NI'S PO~t r. SPECIAL INSTRUCTIONS AND GENERAL CONDITIONS ~ AGREEbIE[dT Page SPECIAL INSTTJCTIONS TO BIDDERS 1. Receipt of Bids ...................................... 3 2. Accuracy of Bids ...................................... 3 3. Award of Contracts ...................................... 3 4. Form of Proposal ...................................... 3 5. Bid Security ...................................... 3 6. Acceptable Surety ...................................... 3 7. Conflicts and Ambiguities ................................... 3 8. Reservation of Rights ...................................... 3 9. Withdrawal and Amendment ................................ 3 GENERAI. OF AGRffiVIII~IT 1. DEFINITION OF TERMS 1.01 Kerr County and Contractor .................................. 4 1.02 Contract Documents ...................................... 4 1.03 Sub-Contractor ...................................... 4 1.04 Written Notice ...................................... 4 1.05 Work ...................................... 4 1.06 Extra Work ...................................... 4 1.07 Working Day ...................................... 4 1.08 Calendar Day ...................................... 4 1.09 Substantially Completed .................................... 4 2. RESPONSIBII rTIF.S OF KERB COUNTY AND THE CONTRACTOR 2.01 Inspection by Kerr County .................................. 5 2.02 Payment for Work ..................................... 5 2.03 Lines and Grades ..................................... 5 2.04 Contractors Duty and Superintendence ........................ 5-6 2.05 Contractors Understanding .................................. 6 2.06 Sanitation ..................................... 6 2.07 Shop Drawings ...................................... 6 2.08 Preliminary Approval ..................................... 7 2.09 Defects and Their Remedies .................................. 7 2.10 Changes and Alterations ................................... 7 Special Ineteuctione 8t General Conditions Paga 1 3. GENERAL OBLIGATIONS AND (,-., 3.01 Accessibility of Plans and Specifications .................... 8 3.02 Ownership of Drawings . .................................... 8 3.03 Discrepancies and Omissions ................................ 8 3.04 Equipment and Materials .................................... 8 3.05 Performance and Payment Bonds ............................. 8 3.06 Losses from Natural Causes ................................. 8 3.07 Protection of Adjoining Property ............................ 8 3,08 Protection Against Claims of Sub-Contractors, etc ............ 8 3.09 Protection Against Royalties or Patented Invention ........... 9 3.10 Laws and Ordinances ..................................... 9 3.11 Assignment and Subletting .................................. 9 3.12 Indemnification ..................................... 9 3.13 Insurance ..................................... 9 3.14 Certificate of Insurance .................................... 9 4. PROSECUTION AND PROGRESS 4.01 Time and Order of Completion ............................... 1 0 4.02 Extension of Time ..................................... 10 5. MEASURQvSl~1T AND PAI'MII~PI' 5.01 Quantities and Measurement ................................ 1 1 5.02 Estimated Quantities .................................... 11 5.03 Price of Work .................................... 11 5.04 Partial Payment .................................... 11 5.05 Use of Completed Portions ................................. 12 5.06 Final Completion and Acceptance ........................... 1 2 5.07 Final Payment .................................... 12 5.08 Payments Withheld .................................... 12 5.09 Delayed Payments .................................... 12 6. EXTRA WORK AND CLAIMS 6.01 Change Orders .................................... 13 6.02 Minor Changes ............. ...................... 13 6.OS Extra Work .................................... 13 7. ABANDONMENT OF CONTRACT 7.01 Abandonment by Contractor ................................ 14 7.02 Abandonment By Owner ...................................... 15 Special Inatructione 8c General Conditions Paga 2 SPECIAL INSTRUCTIONS TO BIDDERS 1. RECEIPT OF BIDS. Sealed bids will be received at the place and until the time indicated in the Advertisement for Bids. All bids received will thereupon be opened and read aloud, except as provided in Paragraph 2 below. 2. ACCURACY OF BIDS. Each bid received will be presumed to be accurate and free from error, unless clear and convincing evidence to the contrary be presented. No bid will be accepted from any bidder who shall have failed to pertorm in the past after being awarded a contract, unless permitted by Commissioners' Court. 3. AWARD OF CONTRACTS. The contract will not be awarded at the bid opening, but will be awarded at a subsequent meeting of the Kerr County Commissioners' Court. The Commissioners' Court will generally award a Construction Contract to the low bidder, but is not bound to do so. In deciding whether to award the contract to a particular bidder, the Commissioner's Court will consider not only the adequacy of his equipment, his organization, his experience, his financial condition, and his prior record of pertormance including, in particular, his prior record of performance on contracts with Kerr County. Kerr County reserves the rights to award the Contract to any bidder at any time within thirty days after the opening of the bids and to reject any and all bids. 4. FORM OF PROPOSAL. Each bid must be submitted on the form of Proposal prescribed by Kerr County, a copy of which is included in the Contract Documents. All money amounts shall be shown both in words and in figures; in case of discrepancy, the amount shown in words will govern. 5. BID SECURITY. Each bid must be accompanied by bank cashier's check, or by a Bid Bond on the form prescribed by Kerr County, a copy of which form is incuded in the Contract Documents, in the amount of five percent of the largest possible total bid or bids, including consideration of alternates. Such sum will be paid to Kerr County as liquidated damages in the event that the bidder, if awarded the Contract, should fait within ten days following the award to execute and return the Agreement, together with the Performance and Payment Bonds (if required) with acceptable surety. 6. ACCEPTABLE SURETY. By "acceptable surety" is meant an insurance company licensed by Texas State Board of Insurance to act as surety, and having an unblemished record, in the opinion of Kerr County, for faithful pertormance during the preceding five years of all undertakings to Kerr County. 7. CONFLICTS AND AMBIGUITIES. Kerr County will not be bound by any oral or other informal explanation of the requirements of the Contract Documents. Any prospective bidder detecting a conflict or ambiguity in the Contract Documents should call the same to the attention of the County Engineer and request the issuance of clarifying addendum. Absent such notice, it will be presumed that the bidder has thoroughly reviewed the Contract Documents and warrants that the project can be constructed as bid. 8. RESERVATION OF RIGHTS. Kerr County reserves the rights to award the Contract to any bidder at any time within thirty days after the opening of the bids and to reject any and all bids. 9. WITHDRAWAL AND AMENDMENT. Any bidder may withdraw or amend his bid at any time before the time for closing receipt of bids. Any such amendment must be in writing and signed by the bidder. Special Instructions & General Conditions Page 3 GENERAL CONDITIONS OF AGREEMENT 1. DEFINITIONS OF TERMS 1.01 KERB COUNTY and CONTRACTOR. Kerr County, and the Contractor are those persons or organizations identified as such In the Agreement and are referred to throughout the Contract Documents as if singular in number and masculine in gender. 1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to Contractors (Advertisement), Instructions to Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required), the Plans and Spedficatlons, the General Conditions, and any Special Conditions, and all modifications thereof incorporated In any of the documents before the execution of the agreement. 1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only those having a direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans and specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. 1.05 WORK. The CONTRACTOR shall provide all materials, equipment, labor and other items necessary for the execution and completion of the work covered by the contract documents. Unless otherwise spedfied all materials shall be new and both workmanship and materials shall be of a good quality. The CONTRACTOR shall, ff required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. 1.06 EXTRA WORK. The term "Extra Work" as used in this contrad shall be understood to mean and Include all that may be required by KERB COUNTY to be done by the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the plans, except as provided under "Changes and Alterations", herein. 1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under control of the CONTRACTOR, will permit construction of the principal units of the work for a period of not less than seven(7) hours between 7:00 a.m. and 6:00 p.m. 1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being excepted. 1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant that the structure has been made suitable for use or occupancy or the fadlity is in condition to serve its intended purpose, but still may require minor miscellaneous work or adjustment. Special Instructions 8c Genera( Conditions Page 4 2. RESPONSIBILITIES OF KERB COUNTY AND THE CONTRACTOR '~ 2.01 INSPECTION BY KERR COUNTY. Periodic visits will be made to the site for familiarization of the progress of the executed work and to determine if such work meets the performance and design features and the technical and functional engineering requirements of the Contract Documents. Notwithstanding any other provision of this agreement or any other Contract Document, KERB COUNTY shall not be in any way responsible or liable for any acts, errors, omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S or subcontractor's agents, servants or employees or any other person, firm or corporation pertorming or attempting to perform any of the work. 2.02 PAYMENT FOR WORK. KERR COUNTY shall review CONTRACTOR'S applications for payment and supporting data, determine the amount owed to the CONTRACTOR and approve, in writing payment to CONTRACTOR In such amounts. 2.03 LINES AND GRADES. Unless otherwise specified, all lines and grades shall by furnished by the CONTRACTOR. All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR and shall be replaced at the CONTRACTOR'S expense. 2.04 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of the contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the CONTRACTOR ,- in his absence and all directions given to him shall be as binding as if given to the CONTRACTOR. The CONTRACTOR is and at ail times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, methods and manner of pertorming such work, so long as such methods do not adversely affect the completed improvements, KERR COUNTY being interested only in the result obtained and conformity of such completed Improvements to the plans, specifications and contract. Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection to the safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Special Inelructione & General Conditions Page 5 Any review of work in process, or any visit or observation during construction, or any clarification of plans and specifications, by KERB COUNTY, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract or for the purpose of enabling the CONTRACTOR to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper performance of his work on the project, including but without limitation the propriety of means and designs, plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR from plans and specifications that may have been in evidence during any such visitation or observation by KERB COUNTY shall in no way relieve CONTRACTOR from his responsibility to complete all work in accordance with said plans and specifications. 2.05 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CONTRACTOR has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract, including the plans and specifications. 2.06 SANITATION. Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the CONTRACTOR in such manner and at such points as shall be approved by KERR COUNTY, and their use shall be strictly enforced. 2.07 SHOP DRAWINGS. The CONSTRACTOR shall submit to KERB COUNTY, with such promptness as to cause no delay in his own work or in that of any other Contractor, four checked copies, unless otherwise specified, of ail shop and/or setting drawings and schedules required for the work of the various trades, and KERB COUNTY shall pass upon them with reasonable promptness, making desired corrections. The CONTRACTOR shall make any corrections required by KERR COUNTY, file with them two corrected copies and furnish such other copies as may be needed. KERR COUNTY'S approval of such drawings or schedules shall not relieve the CONTRACTOR from responsibility for deviations from drawings or specifications, unless he has in writing tailed KERB COUNTY'S attention to such deviations at the time of submission, nor shall it relieve him form responsibility for errors of any sort in shop drawings or schedules. it shall be the CONTRACTOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to pertorm the required contract work in accordance with the plans and specifications and within the contract time. Such review by KERR COUNTY shall be for the sole purpose of determining the sufficiency of said drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor as previously set forth in relation to the safety of either person or property during CONTRACTOR'S performance hereunder. Special Instructions & General Conditions Page 6 2.08 PRELIMINARY APPROVAL. No failure or omission of KERB COUNTY to discover, object to or condemn any defective work or material shall release the CONTRACTOR from the obligations to fully and properly pertorm the contract, ~ , including without limitations, the obligation to at once tear out, remove and properly replace the same at any time prior to final acceptance upon discovery of said defective work or material; provided, however, that KERR COUNTY shalt, upon request of the CONTRACTOR, inspect and accept or reject any material furnished. Any questioned work may be ordered taken up or removed for re-examination by KERR COUNTY prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re-examination and replacement to proper specification shall be borne by the CONTRACTOR, othervvise the expense incurred shall be allowed as EXTRA WORK, and shall be paid for by KERB COUNTY. 2.09 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by KERR COUNTY as unsuitable or not in conformity with the specifications, the CONTRACTOR shall, after receipt of written notice thereof forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.10 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that KERB COUNTY may make such changes and alterations as KERR COUNTY may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying Performance and Payment Bonds. If the amount of work is increased, and the work can fairly be classified under specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, otherwise, such additional work shall be paid for as provided under Extra Work. 2.11 WARRANTY. Contractor affirms that he has reviewed in detail the Plans and Specifications, the Special Conditions, and all other documents relating to the design and construction of the work and warrant that there are no design defects and that the work can be completed as called for in those documents. Special Instructions & General Conditions Paga 7 3. GENERAL OBLIGATIONS AND RESPONSIBILITIES 3.04 ACCESSIBILITY OF PLANS AND SPECIFICATIONS. KERB COUNTY shall furnish the CONTRACTOR with an adequate and reasonable number of companies of all plans and specifications without expense to him, and the CONTRACTOR shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 OWNERSHIP OF DRAWINGS. All drawings, specifications and copies thereof furnished by KERB COUNTY shall not be reused on other work, and with the exception of the signed contract sets, are to be returned upon request, at the completion of the work. 3.03 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice. 3.04 EQUIPMENT AND MATERIALS. The CONTRACTOR shall be responsible for the care, preservation, conservation and protection of all materials, equipment, and parts of the work, whether the CONTRACTOR has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.05 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further agreed by the parties to this contract that the CONTRACTOR will execute separate performance and payment bonds, each in the sum of one hundred (100) percent of the total contract price, in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the greed that this Contract shall not be in effect until such performance and payment bonds are furnished and approved by KERB COUNTY. 3.06 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the work to be done, or from the action of the elements or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the CONTRACTOR at his own cost and expense. 3.07 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, from any damage or, injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. 3.08 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS LABORERS, MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRACTOR agrees that he will indemnify and save KERR COUNTY harmless from all claims growing out of the lawful demands of sub- contractors, laborers, mechanics, materialmen, and furnishers of machinery and equipment parts thereof, and all supplies incurred in the furtherance of the performance of this contract. When so desired by KERR COUNTY, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature herefnabove designated have been paid, discharged or waived. Special Instructions & General Conditions Page 8 3.09 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CONTRACTOR shall pay all royalties and Ilcense fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The CONTRACTOR shall defend ail suits or claims for infringement of any patent or copyright rights and shall indemnify and save KERB COUNTY harmless from any loss on account thereof. 3.10 LAWS AND ORDINANCES. The CONTRACTOR shall at all times observe and comply with all Federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless KERR COUNTY against any claim arising from the violation of any such laws, ordinances, and regulations whether by the CONTRACTOR or his employees, except where such violations are called for by the provisions of the Contract Documents. If the CONTRACTOR observes that the plans and specifications are at variance therewith, he shall promptly notify KERR COUNTY in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the CONTRACTOR performs any work contrary to such laws, ordinances, rules and regulations, and without such notice to KERR COUNTY, he shall bear all costs arising therefrom. 3.11 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the written consent of KERB COUNTY, and that no part or feature of the work will be sublet to anyone objectionable to KERB COUNTY. The CONTRACTOR further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the CONTRACTOR from his full obligations to KERB COUNTY, as provided by this Agreement. 3.12. INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmless KERR COUNTY and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorney's fees and expenses, arising out of or resulting from the performance of the work. 3.13. INSURANCE. The CONTRACTOR at his own expense shall purchase, maintain and keep in force such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S operations under the Contract, whether such operations be by himself or by Subcontractor or by anyone directly employed by any of them, or by anyone for whose acts any of them may be liable. 3.14. CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRACTOR shall file with KERB COUNTY valid Certificates of Insurance and copy of the policy acceptable to KERR COUNTY. Such Certificates shall contain a provision that coverages afforded under the policies will not be cancelled until at least fifteen days' prior written notice has been given to KERB COUNTY. The CONTRACTOR shall also file with KERR COUNTY valid Certificates of Insurance covering all sub-contractor. Special Instructions & General Conditions Page 9 4. PROSECUTION AND PROGRESS 4.01. TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract, that the CONTRACTOR shall be allowed to prosecute his work at such times and seasons, in such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction: provided, however, the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal; provided, also that when KERR COUNTY is having other work done, either by his own force. The CONTRACTOR shall submit, at such times as may reasonably be requested, schedules which shall show the order in which the CONTRACTOR proposes to carry on the work, with dates at which the CONTRACTOR will start the several parts of the work, and estimated dates of completion of the several parts. 4.02. EXTENSION OF TIME. Should the CONTRACTOR be delayed in the completion of the work by any act or neglect of KERB COUNTY, or of any employee of either, by other contracts employed by KERR COUNTY, or by changes ordered in the work or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the CONTRACTOR'S control, or by any cause which KERR COUNTY shall decide justifies the delay, then an extension of time shall be allowed for completion the work, sufficient to compensate for the delay, the amount of the extension to be determined by KERR COUNTY, provided, however, that the CONTRACTOR shall give KERB COUNTY prompt notice in writing of the cause of such delay. Special Inetructione & General Conditions Paga 10 5. MEASURMENT AND PAYMENT ~' . 5.01 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. 5.03 PRICE OF WORK. In consideration of the furnishing all the necessary labor, equipment and material, and the completion of all work by the CONTRACTOR, and on the completion of all work and of the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, KERB COUNTY agrees to pay the CONTRACTOR the prices set forth in the Proposal hereto attached, which has been made a part of this contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and while thereof in the manner and according to the Agreement. 5.04 PARTIAL PAYMENT. On or before the 1st day of each month, the CONTRACTOR shall prepare and submit to KERR COUNTY for approval a statement showing as completely as practicable the total value of the work done by the CONTRACTOR up to and including the last day of the preceding month; said statement shall also include the value of all materials delivered on the site of the work that are to be fabricated into the work. KERR COUNTY shall then pay the CONTRACTOR on or before the 15th day of the current month the total amount of the approved statement, less 10 per cent of the amount thereof, which 10 per cent shall be retained until final payment, and further less all previous payments and all further sums that may be retained by KERB COUNTY under the terms of this Agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, KERR COUNTY may pay a reasonable and equitable portion of the retained percentage to the CONTRACTOR; or the CONTRACTOR at KERB COUNTY'S option, may be relieved of the obligation to fully complete the work and, thereupon, the CONTRACTOR shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment". Special Instructions 8c General Conditions Page IL 5.05 USE OF COMPLETED PORTIONS. KERR COUNTY shall have the right to take possession of and use any completed or partially completed portions of the work, -- not withstanding the time for completing the entire work or such portions may not ~... have expired but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the, the CONTRACTOR shall be entitled to such extra compensation, or extension of time, or both, as KERR COUNTY may determine. The CONTRACTOR shall notify KERB COUNTY when, in the CONTRACTOR'S opinion, the contract is "substantially completed" and when so notifying KERB COUNTY, the CONTRACTOR shall furnish to KERB COUNTY in writing a detailed list of unfinished work and may add there to such items as the CONTRACTOR may have failed to include . The "substantial completion" of the structure or facility shall not excuse the CONTRACTOR performing all of the work undertaken whether of a minor or maJor nature, and thereby completing the structure or facility in accordance with the Contract Documents. 5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days after the CONTRACTOR has given KERR COUNTY written notice that the work has been completed, or substantially completed, KERB COUNTY shall inspect the work, KERB COUNTY shall issue the CONTRACTOR a Certificate of Acceptance, or advise the CONTRACTOR in writing of the reason for non-acceptance. 5.07 FINAL PAYMENT. KERB COUNTY shall pay to the CONTRACTOR on or after the 30th day, and before the 35th ,after the date of the Certificate of Acceptance, the balance due the CONTRACTOR under the terms of this contract; and said payment shall become due in any event upon said performance by the CONTRACTOR. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the CONTRACTOR of the obligation for fulfillment of any warranty which may be required. 5.08 PAYMENTS WITHHELD. KERR COUNTY may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss, 5.09 DELAYED PAYMENTS. Should KERR COUNTY fail to make payment to the CONTRACTOR of the sum named in the final statement, when payment is due, KERR COUNTY shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement rent, interest thereon at the rate of six(6) per cent per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payments", until fully paid, which shall fully liquidate any inJury to the CONTRACTOR growing out of such delay in payment. Special Instructions & General Conditions Page 12 6. EXTRA WORK AND CLAIMS 6.01 CHANGE ORDERS. Without invalidating this Agreement, KERR COUNTY may, at any time or form time to time, order additions, deletions or revisions to the work; such changes will be authorized by Change Order to be prepared by KERB COUNTY for execution by the CONTRACTOR. The Change Order shall set forth the basis for any change in contact price, as hereinafter set forth for Extra Work, and any change in contact time which may result from the change. 6.02 MINOR CHANGES. KERB COUNTY may authorise minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in Contact Price. If the CONTRACTOR believes that any minor change or alteration authorized by KERR COUNTY involves Extra Work and entitles him to an increase in the Contract Price, the CONTRACTOR shall make written request to KERR COUNTY for a written Field Order. Any request by the CONTRACTOR for a change in Contract Price shall be made prior to beginning the work covered by the proposed change. 6.03 EXTRA WORK. It is agreed that the basis of compensation to the CONTRACTOR for work either added or deleted by a Change Order or for which a claim for ExVa Work is made shall be determined by one or more of the following methods: Method (A) Use unit & Bid or Agreement; or Method (B) By agreed lump sum; or Method (C) If neither Method (A) nor Method (B) be agreed upon before the Extra Work is commenced, then the CONTRACTOR shall be paid the "actual field cost" of the work, plus fifteen (15) percent. Spccial Instructions & General Conditions Page 13 7, ABANDONMENT OF CONTRACT 7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon `~:"•:`' and fail or refuse to resume work within ten (10) days after written notification from KERB COUNTY, or if the CONTRACTOR fails to comply with the orders of KERR COUNTY, when such orders are consistent with the Contract Documents, then, and in that case, where pertormance and payment bonds exist, the Sureties on these bonds shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the CONTRACTOR. After receiving said notice of abandonment the CONTRACTOR shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by KERB COUNTY or the Surety on the pertormance bond, or another contractor is completion of the work; and the CONTRACTOR shall not receive any rental or credit there of (except when used in connection with Extra Work, where credit shall be allowed as provided for under Section 6. Extra Work and Claims), it being understood that the use of such equipment and materials may ultimately reduce [he cost to complete the work and may be reflected in the final settlement. Where there is no pertormance bond provided or in case the Surety should fail to commence compliance with the notice for completion here in before provided for, within the ten (10) days after service of such notice, then KERR COUNTY may provide for completion of the in either of the following elective manners: 7.01.1 KERR COUNTY may thereupon employ such force of men and use such equipment, and materials as KERR COUNTY may deem necessary to complete the work and change the expanse of such labor, equipment, and materials to said CONTRACTOR, and expense so change shall be deducted and paid by KERR COUNTY out of such monies as may be due, or that may thereafter at any time become due to the CONTRACTOR under and by virtue of this Agreement. 7.01.2 KERB COUNTY under sealed bids, after a minimum of 14 calendar days notice published one or more times in a newspaper having general circulation in the county of the location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case any increase in cost to KERR COUNTY under the new contract as compared to what would have been the cost under this contact, such increase shall be charged to the CONTRACTOR and the Surety shall be and remain bound there for. When the work shall have been substantially completed the CONTRACTOR and his Surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 here in above, shall be issued. A completion itemized statement of the contract accounts, certified to by KERB COUNTY as being correct, shall then be prepared and delivered to the CONTRACTOR and his Surety, whereupon the CONTRACTOR and/or his Surety, shall pay the balance due as reflected by said statement, within (15) days after the date of such Certificate of Completion. in the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to KERB COUNTY had the work been completed by the CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety shall pay the balance shown to be Special Instructions & General Conditions Page 14 due by them to KERB COUNTY, then all machinery, equipment, tools, materials or suppiles left of the site of the work shall be turned over to the CONTRACTOR ,- and/or his Surety, should the cost to complete the work exceed the contract ~-,.:~ price, and the CONTRACTOR and/or his Surety fail to pay the amount due KERB COUNTY within the time designated here in above, and there remains any equipment and materials on the site if the work, notice there of, together with an itemized list of such equipment and materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses designated in this contract, provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other gluing of such notice, such property shall be held at the risk of the CONTRACTOR and his Surety subject only to the duty of KERR COUNTY to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice KERB COUNTY may tale possession and sell or retain such equipment and materials and apply the value derived to the credit of the CONTRACTOR and his Surety. KERB COUNTY shall release any equipment and materials which remain on the work, and belong to persons other than the CONTRACTOR or his Surety, to their proper owners. The books on all operations provided here in shall be open to the CONTRACTOR and his Surety. 7.02 ABANDONMENT BY OWNER. In case KERB COUNTY shall fall to comply witfi the terms of this contract, and should fail or refuse to comply with said terms within ten(10) days after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or wholly abandon the work ,and may remove there from all equipment and all materials on the site of work that have not been included in payments to the CONTRACTOR and have not been brought into the work, and thereupon KERR COUNTY shall make an estimate of the total amount earned by the CONTRACTOR, which estimate shall include the value of all work actually completed by said CONTRACTOR (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the CONTRACTOR to carry the whole work to completion and which cannot be utilized. KERR COUNTY shall then make a final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by KERR COUNTY and all other sums that may be retained by KERB COUNTY under the terms of this Agreement and KERB COUNTY shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification by the CONTRACTOR the balance shown by said final statements as due the CONTRACTOR, under the terms of this Agreement. Special Instructions 8c General Conditions Page 15 3pp.1 to 300.2 PART IIa CONSCRUCTION DETAYLS Dlyi$1O ~~I+AVE~t SIJRPA~ CO17R~ ~M 300 A1~ E~IONS ASPfIAI'TS' OILS sh~l govern for ~dcma~°ls on. 'Ibis Item ~scellaneousasP 300.I. p~'1 gedasPh'dts,oth~ pttback ssPhalta, en°ulst DsP~~cabta and laux edditives• cording to Tex at tba aPP ~yjalg• When ta' ~ ~~als shall m 300.2. Ma the vari TransP°~ts o£ tibia sP°cifioanon- hit ~~nt ahaU be 4'l~~d°sb~s11 r~ halt Cdnwt. To t foam "jbC4 h`8~ to 111 ~ viatar, shall ~ stall ~ ~~ments in Table l• >~ TABLE I ~-•r-" y ,~ ~ 1.9 • ~~ 1~ ~ ,.. l~ F.9d10' a.'t 1.1 u a p~ F.9a`•°• af9 t5 tam' do ~ 7 ~ aso IW L 5 •0` t95 11} a 99.0 99.0 • ~~cA.c.. 99A Ma . A ~°~"~^~ ~ ~A aa M ~ V'~° 99 ~ 5~ Taal Taw °°Ra4A+iN~ ~ RW •ryla film 0'°°T L500 7NP adry, lA F. yp 909 Yvw ~ ~ im ". ..... IDO ®. ... gp0.2 ~1t. ~ emuls'OA [2) ~~M°~{red ~ ~ ~~x ~~a~w ~l ~°~m~lsionsh ~~ pddiuf °'r,~ cop°t~otlowin8 ptoP° ° butsd'rA°l stabil5m~~¢~~'"`d ~~ stYtC° ~ stota8° t beve 8 - Mob ~E6O to os~tta ~ 45 .~¢u4t, Minim~t bby~weight Zpoo pe ~ sioo Vis~1tY 1 ~ cps, tn%~ bbeS D iptn, ~B~~z a geVT V~~wt, ~O ~ stY~s ~{~t>~'tton sh~l ,~° msnufgO~ ~ o{lstoxpP~P~'ddition ~~~ tfi~ alt b to °~h (SBR) 6On all sbip°1EA~ to ~~ C~m~ Th tl~~ti~ acco~ ~° n acw~panY ~i{ied As4hatt pC-l0 asP ~° LubbeT la ~ aspyalt tbl t-e~~ t °{ sa abi~' a stY ~"tex s°bds in ~a~;nten~ uses ~~S ~cle 3 ~t~syav+n i Yt° con'b~`tions an ~~ 'LhO ~ pveblead. ast all ws: ~ ~ N~~°" Sut{ace tt~'~ ~accou°t°te A - + ~~ tats ~ttds ~atm°°~°rasP ~ 5 ~ gucfsa° A .t0 } 29o latex gOB ttc `ancnte imUm ~ 9~ latex solids ~ as ct~ wbe~ m%c ~C.10 } ~ pSphsl ~~ tou8 ~ e C-1~ {' 3 q? 1~ d~ ee~' tpv° blend shall b° smooth, t ~~t latex ~~ ~ Table 2• ,I.hC ~isya ~ ~ ,Kith the tWOic° ~~ homogE6OQ~'~ xA81'E~' ,~r,. o~ I~ x+~" s+w" Ae/1~ 4 ~, 1 j1 {~ ~ 'S~ s~ s+M' ~ ~~~ rr ~ ~ea+d0`s'°t~ rm ~~, IA P.P~Mi ~~e iA ~~ 773 P.4°v' ` m. .p 1 _.~.wr~ F' S ~^' )A » ~ n r~ f0 +~, +v> t'zs ~~ to ~~ lW A P~ ~ KY/3 PdPo~Ay yp., N~ K® ~~~~~p~~.e. s.r""°° P^ ..mPyd~~~ ~~~~ `"p ~, y~y,,,m ~M V b~` 300.2 300.2 (c) Latex Modified Cutback Asphalt The latex modified cutback asphalt shall be a medium curing wtback produced from an asphalt cemwt to which has hem added a styreao-butadime rubber latex. The latex modified wtback asphalt shall comply with the requirements in Table 3. TABLE 3 • Tb uphJ1 t:ipllk .. f+dt! u}. DaW®° "a°o~ d ~' wbh ®N ..6 Wa .mJtlm ~.ea Is (3) Cutback Asphalt. Cutback asphalt shall meet the requvemeats indicated in Tables 4 and 5 for the specified type and grade. -TABLE 4 RAPID CURING TYPE CUTBACK ASPHALT TM • Ca~4 ACSN ROIM ACJOM PnF~d Ob S!n ~ tin OW 41a 1rmmW VYaalry O Ip F, al 2T0 100 a70 Imo ]000 d700 Ww, pwml OS - 0.3 - 03 PW!laYt. T.O,C., P al A p Dim7Wiau 7su [MtWYr, ptaasu- M when d tml dIMOYY b 6A1 F le 07 P O 7! K A W SS x.000 P ss W SS k tl 75. u 910 F Rf Al A A~Mi. Irtm dWillrlsa wLr )< A 00 A Tyr m OMmulm R~IA~: P.slnOOq IW p 3 wa.. n P p 170 Af IW Ml 170 PalOp~,Om~We, 77 P,® IW IW - IW SeAbaip~kTr{mbiew~lr, F PDA - 9-A 9p.0 Spat T.n thpth b JL ptlr p>4Yry 0~ Cv4lad p,vAF. 300.2 300.2 YCJI`'1 CUR~G T.~ ~TBACK ASPSp`I'T MED _~'T, ~7r--'_. ~ ~. un. ,mx •°- n, 1400 7aun dA0 rrwrv UO p° f0D o.1 oa o.7 _..L Ylwe~~. Olo F. e~ p Q O3 UO • 1'A I10 Mxv. 9xxs IW 100 Flrh Pdr. t.O.C.. F ~y}m Txl: [1W11bM9~PfN .cEO _ . dSrr Cypyy m90f 00 10 If ZS ~ )S ' m t37 F A .p 7A !o If n u p If Tf x f00 F ,n 9) 6f ~ ~ e Ala F ~ 7f fe . p~fpx 0® ~ 7! ' vat f t9 7l0. 170 ~ ~p~rxb>, 100E ~~ F 197 ~ IA 210 fA ~ 100' 100` S Ae-~ 100' t00' I00' 99A 99A paula• 0 ~'` T] F, ® 97.0 90A l.a x 9-A Sr~ylyry b?A~1^'Ox~ Nyxl.~ (a ~ V'd' ~ ®wria S9a Tay xA yr d.rtlMl x n F v fr. Orr 500 ®. _ V vF~~ 0.'°'PO a ~,p.p1. Y lu Cur100' x 00 F I. mug r"^ 100. the fad Emulsified Asphalt. Emulsified ~ tsaisz ng ~d sha11 meatus. sba11 show ao separation of asplfalt after thorou rcquiremeats for the specified type and grade shows is Tablas 6 through 9 TABLE 6 ~OD1IC ENLUISIONS -~ FYOWy S+f6d1 Pxd r Tf P, x• ~ 1f0 X70 100 997 a 171 P. 1'° ifD 0.10 alo oas SMT~a - M~dbOb' fAreiVA TaU . i Cxur Mh9M. F m !0 1p ~Mlb0roy 9f mi d0A2 N 6C4. f 1 - 1 1 s,,,,i. sema. 1 b7. f pwM Fxxlnt TK 0 ~'1r WWI.,Jw 7.x: y ~ 0.a~rix M iMx4tLJea f h ~~' ~ IR 1 wOx* d wY,lm IQ T t00 p 1001 0.W 0.W Prot T...+nt . ~ 7A 1 1 M14 ~~ ~ ~ ou Iw~w x ~'' Im p lao M~ frex pL0lWlee: 110 170 IEO 197 Taw m 174 1~ Q P/3 913 p~ynOm x'R F. IM 4 f 1O P73 973 973 IW 100 b 9rrwV mTyO~' ~ 100 D [IUallid tl TI F. f xnk~14 m ~~ M v1rx+~ 1 3002 300.2 ~ TABLE 7 HIGH FLOAT ANIONIC EMULSIONS AOa 7..rM• SO`edl Feral l1 .00 r 77 F,w r 1II F. re l>0 .00 0.10 3M Ter. >< - O.IO :rtbt ANOb V wua f1..M.ew: tmd Conet. M' MOW' Csrte., dtr.vtotil • h4 • - rd. Cm~l. wa yVRW _ bilYei. d1r aaV'AM1 41t Oaw~miW' U N dO.W M btl. A SD - _ , 1 AarM AY WIDrk4 f AT ~cY I 61 - I d .. m PrMr baa oYtOAela: PgnOm rT7 P.IW 4lw IW IQ ~ SdtdOM Ia TAmlaatb~°. f F11 - F13 ppOkr4TI F,lmJr~® IW - 1700 1700 Flm rat r ll0 F, w 266 TAELE 8 CATIONIC EMULSIONS )IaPlt trOq M./IVw adtY llew lrWt Trp • CN. CR83 C7Sl~•9t d!S CMBJ. CT!•1 C7ttiL PrPrb AM Mle iNv ML M1s Aga AM i.Oa Alga VMsrlb. Sg6eh Pue1 u Tl F, re - b IW W IW u 19 F. r Ib b0 IA LO IW ]00 IW 700 sl... rrt, s o.lo - o.lo o.w o.lo - alo o.lo ~r Mbb{, )< 7A 20 ~mJ.ib01b~ )S rl0.t ptvet .alhra dbtbi atlouw.bY, f p D - Sbny SLb01p', 1 dq, f 1 1 1 1 1 1 caom AAOIb rd w.w IlrYtmw: CmIbL dry rtrpr lmS lad CwOy. Jw ~FtVal 6J. h4 GOy, trt ypaytr h4 fih CaOm, dw ~PNk Ailr fdt P.nieb drP Tw P~ Paitlr Dry Pam paYM wAM q.tlY.Oae Trt: xr~. br OYAILOm, x y ., as as as v W m Oil DLJWy x M wAm d mt.im In In ~ s In In Try m PrfOm later DLtOWim: Pomwlae rTl F, IW S,Sw IW laA W 110 IW 100 )00 170 IW p 110 SdubWb 6TAAbtmlbbs, 90! - 41~ 97! 91.5 - - %J P7.! D ~Wb rTf F,S mvedq® IW A IW IW t0 267 300.2 TABLE 9 POLYMER MODIFIED EMULSIONS Ivy, rl.l aomk a.Fu a.Fwarmv„ awy ryF.•c,./. xrasar rns,7e rwP.b ew htn Mls w: Poyu~ CmN4 D•Im `/ M17~ d dr dL01Y,im m0l. • ]A 7A VLmOp, Srybah Pud n III F, s Ib X00 110 tl0 ae,.7. a.usa r.ti 1 M. f - 1 - 1 nmYitllb'. ?7 eY d OAS N ~ a tl - umvraob. n m o~ w~ .dhn ahwl wr~l.l.. s - tl . hn1aY 6uP T~1 FaYM ~D4~im Ta OadWOYr.ywho do,Ytah { 12 IZ IVIM, fIryN N ~ Tw m Rr1A~ 4m [Xg10.Om: Flu, VJm Y Iq F, s 1700 - h..u.Jeq rl F, 100 L 7 w 100 Itl 110 1.10 [ANap, 792 P, ! mJmiq ® 10 70 VYauMr u Itl F, Pd~ 1700 - 1700 EahM11p.YTAmha•WYS, f 91 97 • Tb oJ•h wg911•r,h,a h•ab! d• t~WUU° o-V dlb W6•ll ms •d 9d)o, . h O1fef ur ar.hd mYha ••Ib mp.en m Or Imr ly„m®w ,h,a b bm177t,b•'~' a 710 P Plu a mha~ 10 P mE mleubM LLIW 1~•^0•• (a 70 mbr. TL, la1.1 dLilYOm.ba b m~4d V W Dh~ a mien 7 misW fmm p. a,w ypbOm d hsu. (~ Fluxirtg Materiel. Fluxing material shall be free from foreigtl matter and shall be comprised of flux oil or a blend of flux oil and aromatic oil. The materials, when tested separately, shall meet the following requirements: ~Fa ( ,w.z (a) Flmt Oil. Properties Minimum Maximum Water. weight percent ............................ - 0.2 Kinematic Viscosity, 140 F, at ................ 60 200 Flash Point, C.O.C., F .......................... 200 - Loss on Heating, 50 g, 5 hra at 325 F, weight percent ................................... - 10 Asphalt Coneea~(100 to 200 Penetration residue by vacuum distillation), weight percent ............................................ 25 - Pour Point, F ...................................... - 6D (b) Aromatic Oil. Properties Minimum Maximmn water, weight percent ........................... - 0.2 Kinematic Viscosity, 140 F, cst ............... - 150 Flash Point, C.O.C., F .......................... 250 - Loss on Heating, 50 g, 5 hrs at 325 F, Weight percent .................................. - 12 Pour Point, F ...................................... - 60 The aromatic oil, when blended with a maximum of 30 percwt by weight of bitumen recoverod from limestone rock asphalt by Test Method Tex-211-F, shall produce a material with a minimum penetration a[ 77 F of 85. (~ Special Precoat Material. Spectal precoat material Shall meet the following requirements: Properties Minimttm Maxrmtml Water, % .......................................... - 0.2 Flash Point, C.O.C.. F .......................... 200 - Kiaematic Viscosity at 140 F, cst ............. 300 500 Distillation to 680 F: Lvtial Boiling Point, F ........................ 500 - Residue by weight, % ......................... 70 - I Residue Penetration, 77 F, 100 g, 5 sec... I 200 300 269 ~w._ .~w.~ (7) Cracked Fad Od. Cracked fuel oil shall meet the following requirements: Properties 11Tinimum Maximum Asphalt Contort of 100 Penetration ® 77 F. % ...................................... 65 80 Flesh Point, C.O.C.. F .......................... 250 - Kinematic Viscosity at 140 F, cst ............. - 550 Loss at 212 F, 20 g, 5 hrs. % ................. - 3.0 Water and Sediment, % ......................... - 2.0 (8) Crack Sealer, This section sets forth the requirements for SS- 1P polymer modified emulsion suitable for sealing fine cracks, and a rubber asphalt compound suitable for sealing cracks 1/8 inch or greater width. For cracks on the order of 1/8 inch width, HFRS-2P polymer modified emulsion as described io Sxtioa (4), Table 9 of this item may be used. Requirements for SS-1P and rubber-asphalt crack sealing compound are as follows: (a) SS-1P Polymer Modified Emulsion. Specific requirements are as follows: Properties Polymer Content, percent by weight of the distillation residue' ............................. Viscosity, Saybolt Furol at 77 F, sec.......... Storage Stability Test, one day, %............ Cement Miring, % ............................... Sieve Test, % ..................................... Miscibility (Standard Test) ...................... 'Distillation: Oil distillate, by volume of emulsion, %..... - Rceidue, % ........................................ 60 Requir+artents on Residue from Distillation: Minimum Maximtan * The emulsion supplier shall famish the Department samplce of the asphalt cement and polymer used in making the finished emulsion. ** The temperature on the lower thermometer shall ba brought slowly to 350 F plus or minus IO F and maintained at this temperatum for 20 minutes. The total distillation shall be completed is 60 plus or minus 5 mmutce from the first application of heat. (b) Rubber-Asphalt Crack Sealing Compound. This may be a Proprietary material. The compound aba11 be capable of being malted and applied at a temperaturo of 400 F or less by a suitable oil jacketed kettle equipped with a pressure pump. a hose and a aoule. It shall contain no water or highly-volatile matter. It shall not be tracked by traffic when cooled to road temperature. The rubber-asphalt crack sealing compound shall meet the following requirements: ~O~'ce 117rirrirrttaa Maximtan Rubber Content. percent by wt ................ 22 26 Flash Point, Modified C.O.C., F'•............ Opp Penetration at 77 F, 150 g, 5 sec ............ 30 50 Penetration at 32 F, 200 g, 60 sec'.......... 12 * The equipment and procedure shall be ~ specified in AST'M D 92 with - the following modification. Prior to passing the test Flame over the cup. 100 agitate the sealing compound with a 3/8 inch to 1/2 inch wide aquam-wd 1 meW spatula in a meaner so as W bring the material on the bottom of the 2.0 cup to the surface, i.e., rum the material over. This shall be dose, 0.10 starting at one side of the thermometer, moving around to the other, then returning to the starting point, using 8 to 10 rapid circular strokes, Tae agitation shall be accomplished in 3 to 4 seconds, The test flame shall be Passed over the cup immediately aftu the stirring is completed. This procedure shall be repeated at each successive 10 F interval until the flash 1/2 point is reached. 3.0 30 Passing Penetration, 77 F. 100g, 5 sac ................. 100 Ductility, 39.2 F, 5 cm/min, cm .............. 50 Solubility in trichloroethylene, % ............. 97 Viscosity at 140 F, poises ...................... 1300 ** The penetration shall be determined by ASTM D 5 except that the cone specified in AST'M D 217 shall be substituted for the penetration needle. 140 270 271 the followia~re5 °f Rubber p~ in Sealer., g mss. The rubber shall be one of Type 7 " Crr'ouad tir° rubber. ~~p rubber ~ ng~ d ~ rubber and hi h shall be a minimum of ~~~CIIt• determiped by q l'I'M D requirernents~uad nrbber shall comply wi hen ~~ by Teat 1ldetb~ Tex the following gradation U.S. Stand ~00-F, Pert I. Sieve Size et'avrt P Reta+ned No. g Type 7 TYPe TI No. 10 0 No. 30 0-5 No. 50 90.10p 0 No. 100 95-I00 50.70 70-9s 95- coatamina°~~ nalsber shall 6e ~ from fabric, wi~0 cord or other ~~~' The rubber. iadividtt~allm boxes which asphalt crack sealin aPPLOVpd by the Ea8 eer. lino mad~op~)ly~ylePound~ ks ~~1$be or other packagio8 either a!9) Asphalt R ~Ycling `4$ent. The asphalt recyclm a emulsion~trol~ oil, referred. ~ ~ ,referred to ~ emulsified 7BCYc~g agent, or g 8°at shall he used alone or the emulsified r~Yclin a petrole with emulsified um oiI emulsified recy°lmg agent m~t. These agents may be and ~ asphal m~ t ~ v~ ~O sam° particle oh~~ m °pnJune4on agent. ~~ °aic emulsified aaPbalt~ a catiosic emulsified i.e., a cationic agent bein8 ~ishedmi~ cl~ lyor ~ w6etL~~he em ~fiedolr~y~g~gt follow : cello anionic. Specific ~~ ~~ ~ ag P ~~tdsrfiedR~Ydirrg Agent. 300.3 S escosiry. Saybolt Furol et 77 F M`~'mtta' Maz7mom ° Test' ~ ... M;scibnity . ... ~ ~`... Is Residue, % • ............. ~ .. 100 Test by wt. ww • ............. oa Residue fro ...... .... O.ID Flash pout, C, m'EvaPoratioa'...... 60 ° Coagnlagoo ~'rscosity at 1 O. C., F............ Test: ~riscosi '~ F. cst........... ~ ~ 400 ty at 275 F. cat........... ~ ... 7s _ 250 m chloride soln4oa s~l~~ ~TCx-521_C °x~pt ww Residue shall bed that 0•~ N ASTjyf D ~ C1erm+ned b m Place °f x'ater, °easea, me foam,iag °~ea c oaf ° ~mPle shall b°on ~°d s°t forth . °n8ittal pros ability o f rbe resid and wQjghed, ~a~°ed at 300 p un41 to 1 ~e ° ~ be bl~d~ ~PSalt c°m~t °VaPoratioa test to rratiOA uniformly m th0~ bd dete reat°re the ~Phalt. The ~Phalt at a ~. rmiaed as follows. Su6article 3 'uattl end m ~ tan rYwithas 00.2. ttat co mY w~OPorcent b `~ 14 The ate !1) f o~AG20 ~Phalt ~l~tf ~ au the r~~n Lt of the by subjating aadard'sf'6alt °emeat f ~~ of mcpecreased ~ ~`a ~Metlrod T~ 5 °f rhi X~m 1~ vd bCkemicn! 1 B, ob~ia°d !b) RecYcGob~ We re4wtrdPw°t:a oat the teatfiperiod sha(J~~ 6° Res;d e from Shall ~ W° same `° ~Yc1 8 a m aPorahon Test on °~ 1 trernents md~~ !Petroleum oil) is Asphal4c00.3. Storag st&ed recYcliag aB~wlbeve for Ute materials °' gesti emPetaht d uniform d 5~~ b° aPP1 ~ at the ppltcah°n T' be ~~ ~ awry' o Saes ~~ Prac4'c~el~~ wlveb~ sated above the maxim m ~e~ ~~shs~ ~ ~ T ~ ~~°~l~y8be 300.3 TABLE 10 eFV11°p°" ,c+s m° "" APi. l0.~rp 2% 5B0. ~3M ~Ip r S% SBA AG'1~ Rem 7~~ m~ >~ 1~ 17F~ assns •Jp-ltB Ipy.175 r2y.210 In2en errs B~ >p yn ..,,p 2~ 7~ 2tS t7s ~c 273 z~ I ~ ~ 1 ra 1 m 2Ea 7} t7} DS 1`A I ~ Mv^- y L1GL~ Ue' ss~ Is ss1f. CSt. ~S.IV, to In ~mddhd yo-l'A N'~ 1A ~~ MS2 C~"2 ~~~ 1 1N n} } ta1.,u ~m us'up ns 27s Sq~ P~ Nam 17S YA ~~ » as fOS.77B +aB r,,, w sw.m .~ ~,>s,,,,.a w. te~.."`°`se~ pK .fi°'ud®° •~„ur Fitt. ~~ ~~Glp t2%ffi0. relde~~~%~r5rlb ~~~~y aWVa~ .AGyr2%~ FM~~~ dyeFM ~` ~~pu~N^ ~,~,,, mr ~ .~ ®, .+. _~o(BisBA F. t emulsions) ~ 't,°s° ~'"ped ~ of asPhyltic ~ cold ~ `~ m tol re`'0nt CANON ~ ~~ Proper proca°ttoos~ shall ba ~~or tlse 8asrs ~nstimtes ~~ RCTCasud ¢ ~ ~ ~t ~ biasP~dasra8e fzomlany fire" or 300.4 to 301.3 bad ent and Paymu`t' p~sphaltie maurials d~~ the 300.4. Mme""'" measured and Paid for in eccordan hich these will be of construction in ~ this ~tfication the Iuma governin8 ~crficanons for mauriels are used' ITEM 301 ppVG AGENTS .~ ~nclsrx~ ASPIIAL Itam.shall govern for dun o{ 361.1. DescnPf!on.d ~•s~ippin8 a8~u ~testabiliud base Ling Ilene or h4t't tttreS andlor asp ~Pi~ti~ ~pncreu pavem~t mix mixtures. 301.2. ~~'eLs. shall mat tha requirements of Ium 264. The hme (1} Lime. "Lime and I'rt~ SlurrY~ • inB agent shall be ent• ~fye antistripp tion or 121 liquid Antisu'ipptn8 08 crystalliration~s~~uBtriPPnsg agent form liquid with no evidence a ~Pla of formation to be a uni livs ~ w the Engin~r• In Dents. Prior to ~ data sheet, the specific of ~ ~ for use shall be Earn' oriel safety ceded addition um- propo the sample includes the ma mm yandhngan Provided wrth a ent at the manufaoturei s roco gravity ° the manufacturer s ix° a~ntietnPP 8 aS~~~~manufBCturer. Perature, tractions. •f'hO liqus~n~ ~ s1ripP~ frOID the pioperlyt 1%~led tA~~~r~~voiced• ~~ of iha ttu in sealed tank laboratory tare 301.3. Nfi7tt»re ~~° Evatuadon. ~~~~ during mu ay.Phalltic pavement or base vnII be ro P •plant Mix ~~ desigain8• exrxPt for Ium 342. tibility as follows, isture dot-placed mixtures, _ ~mse shown ° the plansf oT ~Mtl°t'h ty53ra1-C will bEo s surfacing do of 0. otherwi um twill be tested in '~~ are, and a m~ rW°1Yt~n ~~ mtMethodTex~-5 0 Ctoes~lishthemaximumstripPinB accotda°ce wrthTes rodaction verification testing. to ~ allowed durm8 P 301.4 Cold-placed mixttues and Item 342, "Plant Mix Seal', surfacing mixturo will be evaluated as follows, unless otherwise shown on the plans. Test Method Tex-530-C will be the evaluation procedure, and a maximum stripping of 10 percent is allowed. If the proposed mizturo does not comply with the specified resistance to moisture damago, the Contractor shall make changes in the combination of materials or add an aatistripping agent in order to provide a mixmro that will comply with the specified resistance to moisture damage. Whey lime is used as an antistripping agent, the selected amount shall be is the range of 0.5 to 2.0 percent by weight of the individual aggrogate or aggregates being [traced. When a liquid antistrippiag agcet is used, the selceted amount of agent shall be from 0.3 to 1.0 percent by weight of the asphalt in the mixturo but shall not exceed the amount recommended by the manufacturer. When shown on the plans, a limited number of addition rates will be evaluated for a given antistripping agent. 301.4. Construction Methods. (1) General. The Contractor shall provide all the necessary equipment far mixing, handling. metering and dispensing the asphalt antistrippiag ages[. The produced asphaltic mixture will be evaluated to verify resistance to moisture damage is accordance with Test Method Tex-530-C, unless otherwise shown on the plans. When Test Method Tez-531-C is the required evaluation proceduro during mixturo desigct, the produced mixture shall not strip moro than the peremtage established during mixturo design correlation testing with Test Method Tez-530-C. When Test Method Tex-530-C is the required evaluation proceduro during mixmro design, a maximum stripping of 10 percent is allowed is the produced mixture, unless otherwise shown on the plans. If testing indicates that the required level of resistance to moisture damage is not being acltieved in the plant mixture, production shall cease until trial production indicates that the problem has been corrected. (2) Lime. Lime shall be added in slurry or dry form. It shall be added betwew the plant cold feeds and the dryer during mixture production, unless otherwise shown on the plans. Whether added in slurry or dry forth, 301.5 to 302.1 the method of application shall be such that the lime is thoroughly mined with the aggregates being treated. The lime shall be applied to the aggregate at the required rate by means of a metering device. The Contractor shall demonstrate that the metering equipment will properly deliver the required rate of lime. The metering equipment and location of lime application must be approved by the Engineer. When lima is added in dry form, Type A hydrated lime shall be used. It shall be mixed with wet aggregate in a suitable pugmill mixer. Additioml water shall be introduced into the mixer, if necessary, to insure that the aggregate contains at least 2 percent by weight moisture above the saturated surface dry condition. (3) Liquid Antistripping Agent. Handling of liquid antistrippiag agent shall at all times be is accordance with the manufacturer's recommendations. The agent shall not show evidence of any separation or aoauniformity at time of use. For agents which have a high viscosity at normal ambient temperatures, the Contractor shall warm the material by suitable means to the application temperature recommended by the additive manufacturor so that proper consistency for accurate metering is assured. The agent shall be added to the asphalt line at the required rate by means of an in-line metering device just prior to introduction of the asphalt into the mixing pleat. The Contractor shall demoasttate that the meter meets the requirements of Item 520, "Weighing and i4ieasuring Equipmwt". A blending device is required to disperse the additive is the asphaltic material. The metering and blending equipment and locatiop must be approved by the Engincer. 301.5. Measttrement and Payment. The work performed, ma- terials furnished and all labor, tools, equipment and incidentals necessary to complete the work under this Item will not be measured or paid for directly, but will be considered subsidiary m the appropriate construction Item of the contract. ITEM 302 AGGREGATES FOR SURFACE TREATMENTS 302.1. Description. This Item shall govern for aggregates and precoated aggregates used in the construction of surface treatments. l 302.2 hed ~ sed of gravel, °~vrhen 302.2. ~~ aus shall be ~ ne York asPOfalt~. aired. ASSY~a~ Ahed slab or °°tural maY ~ pnY°uYS~ ifi~ heu sto ate tYP~ men ma 8Yav0fi(~ ou the PI bcSO~`O $~ upon of~na~ ltu deP°stt' 8 spry from eat y»ee1 AggreBau td es a gW8?~ from the ori8m°l t by weight of ~ ~is~ ~~ or Q~~ t cones morn t!?deurm~n~~ y Test Method u sha11 no maunal ~ soft particl ~ stns deleterious tlian 1.0 peYC~t 1 ~ v~it~ fTm~ Tex-21~ F, t~ accordan ~aot~ in dust, 01 Ye~'nre$~au,~Ya ~II oY ~t ~ deu~~b~e p,~Metbod M0~°d The fll~ess exe~rl traless oth~^ mho ~~ Tex ft10-A~ for 224'F, shad not ~ by T t M Tex- The lxrCnnt wshall nOaexoe~ 35 p°T`C° feent of fije p~duced of the maYnrials mum of 85 ~hsnicallY each Crush N° n4ss~~ Y~~ O Method Tez-`u'Q-A, po ~~~ium e retained °n ~ deter five (5) °Y`l hex-'111-A~ ~ crushed farxs will be sublet ~~Test Me own on ryte pleas' g rdan The ag~ a ring in aCfA css othe~sn ~ OY finish sulfau~H n~ ~ 25 peYCeAt ~ au used to ~ ~ w ~~ tho loss value. foY thn sa 8~rO$sho~ on chap ~~ shown oa purse `~ nObTest Nlech°dTOf~t will apps valuo aref~ gated $O ~ acFnYdan`e lish-valun YW ~ nyttton8 T~ pivision,t this fe4u'rnmen leas, ~e p° a88tO$a and to mee the e88Ye8 . pryvel lanes.. ~ by the ~ will M ~ is not m~fes will be w Y ~ ~~8 ~Y~a pfYOa~~ and e ~~ peYt1. JV~~ rtnt'"_ . hieve polish vylne ""I1 w~T ~ Method alendin8 of sg~greBao~n ~e plans. if blen° ~g ru~me the Yequtrodlblhin8 awn B will be used volume of non"P° unless othetwtse ethod mum of 50`k by Taz-438-A, P However, a mini above 88 8su is re4uiYed. ~ Roc1Y Asphalt. ~ ~u y*ve an avera8e f21 Nattu'af yrmestn erockasphattagBnBof ~y i~ uitementa, na~lt D 7 0 ge~t~ by Tex~215 F. Except 4°~eYe shall ~na t of~~ o ~~~ ethod ~~fo~n~ with g °a gala I ~atain a, mmtm~alt contm~° l~~ ly impmBQa~ ~~ ntenl ba i~ ~~ s ~~~ ~w~~ ~id~8 to Test Method Tez- this sepaYeitod ~ataia not more than 215-F' Natural lim~u°O~ ~ hoaflorg m~~eshodTe-2 2-~patt 2.0 ~YCCnt by weight of~an ~ determined by T other obleationable ma t aggregate, as 1. ~ aatueal limestone r~ ~ ~t ~Ytionof th i by Tens[ M ~Od Tex-410-A, shall be 1 it°PmBnatcd asP~ ~0 ~~ having a natural Y determined ~ on the No. b sieve, material retain ~~ 1.0 pn{Cent. ~ shall be a88{°gau of less ate ated a88m8 t by weight, content (3) grecoated~88~~ con ~u ~ to 1.5 peicen . of residual b Lumen from a p{pG0atin8 ~ it shall be flrund ~~ 0.5 to halt is µ/hen limeStnnn rock material. maru of 1.5 percent by weight of fl `~~~ m~ all uzin8 aria.. t Ot fl lflt~ e of aSBrngau sly application of th P ptticl ~~~ d 302.4 prior tO t mixing Pig coal s may a ob o: at a fl~quslities such ma ~ mixed on th J 'fhe mateYial lvtizes that do not maim' ~ by aFPYOVed and ship ~~~ 0 88re8ata ~; not ~ tss~ptable. ~ that the p m8 dev'tcxs mechanical spread „ o 302.4 302.3 Materials that are not uniformly and/or properly coated, in the opinion of the Engineer, will not be accepted for use. id) Asphaltic Material. The precoating or fluxing material shall meet the requirements of Item 300 "Asphalts, Oils and Emulsions". Unless otherwise shown on the plans, any of the types and grades shown in Item 300, "Asphalt, Oils and Emulsions" may be used. (5) Water. Water in the amount not to exceed 3 percent by weight of the mixture may be used in procoating,aggregate or fluxing limestone rock asphalt aggregate. 302.3. Types. Various aggregate types are identified as follows (1) Uncoated Aggregate Types. Type A. Type A aggrogate shell consist of gravel, crushed slag, crushed stone or nattual limestone rock asphalt. Type B. Typo B aggregate shall consist of crushed gravel, crushed stag, crushed stone or natural limestone rock asphalt. Type C. Type C aggregato shall consist of gravel, crushed slag or crushed stone. Type D. Type D aggregate shall consist of crushed gravel, crushed slag or crushed stone. Typo E. Type E aggregato shall be as shown on tho plans. (2) Pt•ecoated Aggregate Types. Type PA. Type PA shall be precoated aggregate consisting of gravel, crushed slag, crushed stona or natural limestone rock asphalt. Type PB. Type PB shall be ptecoated aggm8ate consisting of cntshed gravel, crushed slag, crushed stone or natural limestone rock asphalt. Type FC. Type PC shall be precoated aggregate consisting of gravel, crushed slag or crushed stone. Type PD. Type PD shall ba precoated aggrogate consisting of cnuhed gavel, crushed slag or crushed stona. plans. Type PE. Type PE shall be procoeted aggregate as shown on the 302.4. Grades. When tested by Test Mathad Tez-200-F, Part I, the gradation requirements shall be as follows: Percent By Weight Grade I: Retained on 1' sieve . Retained oa 7/8" sieve Retained on 3/4" sieve Retained on 5/8" sieve Retained oa 3/S" sieve Retained oa No. 10 sin .....................0 ................. 0-2 ................ 20-35 ............... as -loo ............... 95-100 ve .............. 99 - 100 Grade 2: Retained on 7/8" sieve .................... 0 Retained on 3/4" sieve ................. 0 - 2 Retained oa 5/8' sieve ................ 20 - 40 Retained on 1/2" sieve ............... 80 - 100 Retained on 318" sieve ............... 95 - L00 Retained oa No. 10 sieve .............. 99 - 100 Grade 3: Retained oa 3/4" sieve Retained on 5/8" sieve Retained on 1/2' sieve Retained on 3/8" sieve Retained on I/4" sieve Retained on No. 10 aie ....................0 ................. 0-2 ................20-40 ...............80-100 ............... 95-100 ve .............. 99 - 100 Grade 4: Retained on 5/8" sieve .................... 0 Retained on 1/2" sieve ................. 0 - 2 Retained on 3/8" sieve ................ 20 - 35 Retained on No. 4 sieve ................ 95 -100 Retained on No. 10 sieve .............. 99 - 100 302.5 Grade is Retained on 1/2' sieve ......... ........... 0 Retained on 3/8' sieve ......... ........ 0 - 5 Retained on No. 4 sieve ......... ....... 40 - 85 Retained on No. 10 sieve ........ ...... 98 - 100 Retained oa No. 20 sieve ........ ...... 99 - 100 When shown on the pleas, the aggregate of the specified grade(s) shall have from 99.5 to 100 petrmt by weight retained on the No. 200 sieve. l ITEM'S ~Tpy pIP'E COR~UGATEU shin8 and This Itcm shal~oT vmaterial~ f ~ a°ns ~°ra~, s 4b0.1. p~scripti~ mew Pips ~ metal ,aver ma desi8n and ~staliing of all cAM culverts or corNB~ of ~° ax`s' ns and ]om~ corru8a~ m~~ds. Th° Pt~and X11 includes l oob~dwalls and other stubs and s~shown on the Plus holes, ets. ~mension sower, to rAmP the work. to nee„ or existin8 pt ~' wired loco req _-~.< a5 tear ~ 2 to'q„o.3 ( ~ dte P~ or 1 otherwise sPectfied aluminiy°d steel. Unless ~ steel, gE,p.2. Ma~etaaS Pip' maY ~ gin{aN~inB to ~° followmB' herein, cotn18ated aced galvamr~ gtO` 218 ~u~pnm or preco ~ ~'O M27`l Galvanlr~ Steel SIiT~ M19? A1u~`~ gteel A~p,SHTO M2'1b A1ummU°t and the smo°dc P{e~a~ Galvanized Stool ~ ~ TYP° ~ ~ oa ~ ~ ~ per coapted w'thbo 8 ~.~~~less otherw4s` ~'~ ~ liner steal ,~~ onter liner shall each side. is to 11 • S. the plans. ~ of m~l+ ~` refe~o M218 and e to 8a8 Tables ~ ~ Tables in ~ is rnad Whew rcferen ated sheets. sheets ~ caches. ts. for co um Standard GeBe f list~h ~es~ oh~~ r clad alumip sh`~ ~S~p M197 list thicknesS8` m m sheets and coils us ~8°Z oOrruBated e nth Test Method Tex- SamPling and testin8 of to ~~ shall be in accordan° repaired }° acco~~ metal P'Pe ~ coating shall be Datrtagea 8alvazu repsaretl in 4k5, "Gatvaaitin8" ~ r coatin8 shall be Item ~~ andlox polYp°e pama8~ ~e manufacturer's recon>mendattoas. be i of all typ~s ~veted t cons me accor~'Ce ~~Fabriestion. Corru8al P 3~otn p ~~ ltcorn38 ~ cal with ann elical ~ X0.3• fabricated wtthh to ~ spot weldod seams TYPe 1 fabri II( h Y P°5~ ~w dod sums' ~l th-1~'med) or ~r~ ~) ~ ~tfi~ i ~ntmuous Type ~ ~cireular, sm°° (circular), 1 pipe sh911 conform oa the Plans. ~ or alumim~ stn (I) Steel l?ipe• G SHIG M3b' ~ require- to the requirement of ~' um piP° shall conform to th Alumin (2) AlurttintrTn 96 ' menu of AASIiT~ M 87I 460.4 (3) Preewated Galraniatd Steel Pipe. Precoated galvanized steel pipe shall conform to the requiroments of AASHTO M245. Unless otherwise noted on the plans, both the inside and outside coating shall be a minimum thickness of 10 mils. 460.4. Selection of Gages. The plans will provide a summary indicating the location and length for all pipe. For full circle pipe, the diameter, permissible comlgations and tegtrired gages will be shown. Pipe arch design siu and permissible corrugations will be shown on the plans. The shape and minimlun gage for pipe arch shall be e9 designated in Tables A, B or C for the specified design siu and corrugation for steel pipe, and in Table D for slumintlm pipe. All dimensions are measured from the inside crests of the comugations. A tolerance of plus or minus one (1) inch or two (2) percent of the equivalent circular diameter, whichever is greater, will be perayssible in span and rise. Table A STEEL PIPE ARCH 2 2/3-INCH BY 1/2-INCH CORRUGATIONS H-20 LOADING Design Siu Spen Inchu Itlre Inches Minimum Cover Inchea • Minimum Cage Requited Coated 7hickneu Inchro;d• ,~,,,,a1•t wm Com+B'UO11 a Coauac~ ~ayBtlad piameter ~~, •xdoro s~• geed. (Snchce) ]echo t2 10 In -l2 to 36 ? ]0 12 2 ~ by ]n ]o ]n ]z az to ?2 ]z ]s va ?a w sa••• ]o ]n ]o ]n ]a 36 to 72 12 l6 lI4 3 by 1 12 la ?8 to 120 12 20 ~ 5 by 1 36 to 72 22 ~ ?8 to I20 z0 with rerolled ends, the nominal aim ~ For helically corcugatcd pipe ations is the PiP°• refers to the dimensioya'of the end cotntg .. Equivalent circular diameter for Type II Pipe' **• Diameter through 120 in. for annular corrugated beads used on rerolled ends of helically corrugsced pipe. The minimum diameter of bolts for coupling bands shall be 318 inch far pipe.diameters 18 inches sad less sad In inch for pipe diameters 21 rester. Bands 12 inches `vide or less will have a minimum of end bands greater than 12 inches wide shall have a minimum inches and B two (2) bolts of throe (3) bolts. lbe Galvanized bolts. nuts, washers. angles and other hardware shat galvanized in accordance with Item 445. "Galvanizing". 860.6. Designation of Type. The types °f piP° will be indicated on the plans by the following descriptions: Pipe Type: CMP or CMP pRCIi 877 876 i tad or 460.7 ,~ Cos TYPa of Material: (G~vaatrad Stbe1 piumm Aluminum) ted or Polymer Coaud) ttumin°us C.o* Pips C.oa~g' ~ sued Invert or Smaoot LtamB) gp°cial RWw}O~ts: (P ~ or A~i~ ~O') Metal Pipa without a type °r coatin8 Pips SirF~ ~piame ~tyan, designat°d as CarnrSa~~ any of the above types. the ~n~ctor may daignatton, 7 tective Coa4rt8. i arch shall ~ ~ ~ Coated. Bitumin°us w~ ~PtP° Ica ma ~d sit d fabn tion, S the (1) Bittsstti fication bo~~ tO bs~ coatia8 conform to thts mead out a bi 1n9~ • he P1P° shalred o ~E }~ coated inside and is A~I~A M ass of 0.05 inch. ~~ts herein mnmehickn ~a~d inside sad ou~oa °~ Ye additional crests of the corru8 i sballe~ form s hth aP an inch ~~, specified as ~tbha full inner ct~ cu>nf m bi[umino~id~lini g ~witha a mrn`m~ ~cknesa of one"E1$ abov~~e crest of the cortu8atio~l tightly ~1ierE from deteriora~ °n~as The bituminous ~~~all protect ~C ptP° ytatertal off is hao`dltns; rePatOd gum ~E ~~,NithTestM°Tea- cthvr'ideac~ by maples P t andFlow T°~ a`~'O meetia8 ~E Shock Tes ifi~. the piP° or 522-C• red Invert. ~yhen a Paved invert is *'P n.~ about, shall red ~tmant deco ss above, ~ on ~ (2) the fuUY~al. of the ~ ~ W ~ a smO° in addition to O6e.etghth of ~ ~~ above rtes Pt~iv~d~ didonal bttumsnous~ar~of th° m~°r aPPh~t ~th~~ ~ ~ ~~ of ~utio: cuts °f the CO ns4'ueri°a Mew ud ~ °cs`tlo~uo~Ow° °n p ~ ~ ~.g, Co tsar and side road ptP° shall be cuss ~ ~~ the pleas as directed by ~C knSmaer ~splled is a~O~SII shall be ~~gated maml ptP° ~~ the sad nquirem°IIts harata. shall bE ~ vans taros". exaPt vatian Baal tted by (1) g~CCasatia400, .~avtdioa ~ oa ~ Plans or paint thuds etc ~°i2pmnel'utglo jackin8 mG be in when dm8 the En8{6Eer. All sbapin8 ~ ~ ~cntres" (2) Shapirt8 ~~ ~~ation and BackfiU f ~ ~ ~ acrA~aca wttb Item O1 beddm8 °r ~~ or eltttNmr~ Ca~°t stabil ~ ~ wig any ~~~ elttmmma me taw permitted to °° by the EnBinar, the pipe surface- Unless othenvis8 auth ~~ tier ~ tttn s~ g m ~ layin8 °f P ~ ~ ~ og th~outs a~ ps~Y ~eta1 is J° t'` ~~ In sections firmly 1 intdinal laps p° the st»n8 shall be CpgL°d ~ Dieting and sad lon8 or elumini l ~ provided for h upst~jbeted by Salvamzrn8 without dama81II$ the ptP° or per facilities steal Any ptP° whi not eat pro aint. h be a,,phaltum P i lowermB the seeu dinBfs~ the s ~ o ~a~> ~~t ~r layux8 disturbm8 ~° ~ hioh shows any tioa. • sk 4 u~~d xelaid without cave' compass ipa arches shall 1vJ,ultiple;nstsllati ~ of in ~dualbarr°ls P~~°~ap Data ~ tcat~ on ~°ept~ ~e fo~~ ~ leer distsa 'u~adlacnnt pipes shall 879 SPECIAL PROVISION SPECIAL LABOR PROVISIONS FOR COUNTY PROJECTS GENERAL: This is a "Public Works" Project, as defined in House BiII No. 54 of the 43rd Legislature of the State of Texas and House Bill No. 115 of the 44th Legislature of the State of Texas, and as such is subject to the provisions of said House Bills. No provisions herein are intended to be in conflict with the provisions of said Acts. In accordance with provisions of said House Bills, the Kerr County Road & Bridge Department has ascertained and indicated in the special provisions the regular rate of per diem wages for an eight-(8) hour working day prevailing in this locality for each craft or type of "laborer," "workman," or "mechanic" considered necessary to execute the contract, which wage rates shall, as herein provided, apply as minimum wage rates on this contract. MINIMUM WAGES, HOURS AND CONDITIONS OF EMPLOYMENT: All "laborers," "workmen," and "mechanics" necessary for the satisfactory completion of any phase of the work for which the Contractor is responsible to Kerr County Road & Bridge Department, shall be construed as being within the purview of these specifications. Whenever and wherever practical, preference in the selection of labor shall be given to local citizens. Each employee on the work covered by this contract shall lodge, board and trade where and with whom he elects, and neither the Contractor nor his agents, nor his employees shall directly or indirectly require as a condition of employment, that any employee shall lodge, board or trade at a particular place, or with a particular person. No fee of any kind shall be chatged or accepted by the Contractor nor any of his agents, from any person who obtains work on the project, nor shall any person be required to pay any fee to any other person or agency obtaining employment for him on the project. No charge shall be made for tools or equipment used in connection with the duties performed, except for loss or damage of property. No charge shall be made for necessary camp water. No charge shall be made for any transportation furnished by the Contractor, or his agents, to any person employed on the work. These provisions shall also apply where work is performed by piece work, station work, etc. The minimum wage paid shall be exclusive of equipment rental on any shipment which the worker or sub-contractor may furnish in connection with his work. The Contractor will be held responsible for carrying out the requirements of this specification and it shall be his responsibility to see that each subcontractor working on the project complies with its provisions. Any form of subterfuge, coercion or deduction designated to evade, reduce or discount the established minimum-wage scales will be considered a violation of this contract. The contract for this project is made upon the basis of eight(8) hours constituting a day's work. The time consumed by the "laborer," "workman," or "mechanic" in going to and returning from the place of work shall not be considered as part of the hours of work. Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar day, under the emergency exceptions to House Bilt No. 115 of the 44th Legislature invoked by HCR No. 201 of the 47th Legislature, shall be paid on the basis of eight (8) hours constituting a day's work, and all such labor so employed shall be paid at the rate of one and one half (1- 1/2} times the regular rate for every hour worked in excess of forty (40) hours per week. The general rates of per diem wages prevailing in this locality for each class and type of "laborer," "workman" and "mechanic" whose services are considered necessary to fulfill the contract are indicated in the special provisions, and these rates shall govern as minimum wage rates on this contract. Furthermore, any Contractor who fails to pay these rates will be required to forfeit the sum of ten dollars per day, per worker. When making payments to the Contractor, Kerr County shall withhold and retain therefrom all sums and amounts which shall have been forfeited. Any "laborer," "workman" or "mechanic" employed and whose position is not listed shall be paid not less than the per diem wage rate established on this project for the "laborer," "workman" or "mechanic" whose duties are most nearly comparable fo those of such employees. RECORD AND INSPECTIONS: The contractor and all subcontractors shall keep, or cause to be kept, weekly payrolls showing the name, occupation, number of hours worked each day and per diem wage paid each "taborer," "workman" and "mechanic" together with a complete record of all deductions made from such wages. During the construction period, the Contractor shall keep a copy of each weekly payroll available in the immediate vicinity of the project site and shall allow inspection of such payrolls at all reasonable hours by any authorized representative of the Kerr County. SPECIAL PROVISIONS TO SPECIAL LABOR PROVISIONS FOR COUNTY PROJECTS For this project the Special Labor Provisions for County projects ,are hereby amended with respect to the clauses cited below and no other clauses or requirements of these provisions are waived or changed hereby. Kerr County Road & Bridge Department has ascertained that the following wage rates per hour, for each craft or type of workman or mechanic needed to execute this contract, now prevail in the locality in which this work is to be performed. The Contractor shall pay not less than the wage rates shown below for each craft or type of laborer, workman and mechanic employed in the execution of this contract. PREVAILING WAGE RATES IN THE LOCALITY OF THIS PROJECT FOR LABORER, WORKMEN AND MECHANICS Index No ra Per Hour 100 ~ Air Tool Operator 6.25 103 Asphalt Heater Operator 5.75 106 Asphalt Raker 5.95 109 Asphalt Shoveler 5.50 118 Carpenter 7.p0 121 Carpenter Helper 6.25 124 Concrete Finisher (Paving) 7.20 127 Concrete Finisher Helper (Paving} 5.55 130 Concrete Finisher 6.85 133 Concrete Finisher Helper (Structures) 5.55 151 Form Builder (Structures) 5.50 160 Form Setter (Paving & Curb) 7.50 163 Form Setter Helper (Paving & Curb) 5.20 166 Form Setter (Structures) 6.90 169 Form Setter Helper (Structures) 5.50 1 72 Laborer, Common 4.95 175 Laborer, Utility 5.85 187 Mechanic 7.80 190 Mechanic Helper 5.90 193 Oiler 6.40 194 Servicer 6.30 205 Pipelayer 5.45 208 Pipelayer Helper 4.95 Power Equipment Operators: 300 Asphalt Distributor 6.85 303 Asphalt Paving Machine 6.80 305 Broom or Sweeper Operator 5.25 306 Bulldozer 150 HP & Less 7.00 309 Bulldozer over 150 HP 7.2p 342 Crane, Clamshell, Backhoe, Derrick Dragline, Shovel (less than 1/1/2 CY) 7.00 347 Crane, Clamshell, 8ackhoe, Derrick, Dragline, Shovel (1/1/2 CY & Over) 7.85 351 Crusher or Screening Plant Operator 6.50 369 Front End Loader (2-1/2 CY & Less) 6.25 372 Front End Loader (Over 2-1/2 CY) 6.95 390 Motor Grader Operator, Fine Grade 8.65 393 Motor Grader Operator 7.50 402 Roller, Steel Wheel (Plant-Mix Pavement) 5.25 405 Roller, Steel Wheel (Other-Flat Wheel or Tamping) 5.30 408 Roller, Pneumatic (Self-Propelled} 5.60 411 Scrapers (17 CY & Less) 6.15 413 Scrapers (Over 17CY) 6.40 419 Side Boom 5.25 422 Tractor (Crawler Type) 150 HP & Less 6.10 425 Tractor (Crawler Type) over 150 HP 6.80 428 Tractor (Pneumatic) 80 H.P. and Less 5.40 431 Tractor (Pneumatic) Over 80 HP 6.00 434 Traveling Mixer 6.25 440 Trenching Machine, Heavy 5.00 443 Wagon Drill, boring Machine or Post Hole Driller Operator 5.00 503 Reinforcing Steel Setter (Structures)) 7.00 506 Reinforcing Steel Setter Helper 5.50 509 Steel worker (Structural) 7.00 513 Sign Erector 6.10 515 Spreader Box Man 6.10 600 Single Axle, Light 5.20 603 Single Axle, Heavy 5.90 606 Tandem Axle or Semitrailer 5.70 609 Lowboy-float 8.00 706 Welder 8.50 709 Welder Helper 6.35 Apprentice Schedule Period and Rate' Interval Power Equipment Operators 1000 Hrs 1st 2nd 3rd 4th 5th 6th 7th 8th Heavy Duty Mechanic 70 72-112 75 77-1/2 80 85 90 95 Boom Equipment 70 75 80 85 90 95 Motor Grader 70 75 80 85 90 95 Tractor & Scraper, Pneumatic and Crawler 70 75 80 85 90 95 'The apprentice rate is by percentage of the journeyman's rate; no wage shall be less than the rate for "Laborer, Common". Legal holiday work shall be paid for at the regular governing per diem wage rates. SPECIAL PROVISION DETOURS, BARRICADES, WARNING SIGNS, SEQUENCE Oft WORK, ETC. The Contractor's particular attention is directed to requirements of Item 7, "Legal Relations and Responsibilities to the Public", of the Standard Specifications. Ih addition to these requirements the following provisions shall also govern on this contract: 1. Due to lack of satisfactory detours on this project, traffic must be handled over the project during construction. it shalt be the entire responsibility of the contractor to provide for the passage of traffic in comfort and safety at all times. The pavement shall be entirely open to traffic each night, except in the areas of cement stabilization of existing lanes, and no equipment shall be left in a position overnight that will endanger traffic. 2. The Contractor shall complete the pavement operations on either the westbound lane or the eastbound lane before beginning operations on the other lane. 3. Asphalt and paving operations shall proceed in the direction of traffic. 4. The inside lane and inside four foot shoulder shat! be laid prior to adjacent outside lanes. the contractor may not lay more than one full day's production on any given travel Zane pass. The paving may be continued forward in that travel lane only after the adjacent trave lane, in the same direction is completed up to the end point of the previous day's run. 5. When removing existing rail from end of wingwall on bridge approach, at no time must the end of wingwall be exposed without the proposed rail or proper barricading. 6. All construction traffic shall be regulated so as to cause a minimum of inconvenience to the traveling public. At points where it is necessary for trucks to stop and unload, warning signs and flagmen shall be provided as necessary to adequately protect public travel. 7. The contractor shall provide and maintain barricades and signs in accordance with the Standard Specifications, and Standards for Barricades and Warning Signs. SPECIAL PROVISION TO ITEM 7 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC For this project, Item 7, "Legal Relations and Responsibilities to the Public", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this item are waived or changed hereby. Article 7.4. Insurance is voided and replaced by the following: 7.4. Insurance. Prior to the beginning of work the Contractor shall provide Kerr County Road & Bridge Department Certificate of Insurance covering the below listed insurance coverages: A. Worker's Compensation Insurance Amount -Statutory B. Comprehensive General Liability Insurance Amounts -Bodily Injury $500,000 each occurrence Property Damage $100,000 each occurrence $300,000 for aggregate or Commercial General Liability Insurance Amount $500,000 combined single limit C. Comprehensive Automobile Liability Insurance Amounts -Bodily Injury $300,000 each person $500,000 each occurrence Property Damage $100,000 each occurrence And all other items shown on "Certificate of Insurance" (page 21 and 22 of this document) This insurance shall be kept in force until the work described in this contract has been completed and accepted by Kerr County Road & Bridge Department. Kerr County shall be included as an "additional Insured" by Endorsement to policies issued for coverages listed in B and C above. A "Waiver of Subrogation Endorsement" in favor of the State shall be a part of each policy for coverages listed in A, B and C above. The Contractor shall be responsible for any deductions stated in the policy. Article 7.12. Contractor's Resrwnsibility foLyY4d5• The first paragraph is void and replaced by the foilowirx,): 12 Contractor's Resoonsibility for Work. Umil final written acceptance of the project by the Road Administrator, the Contractor shall have the charge and care thereof and shall take every precaution against injury, or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to Acts of God such as earthquake, tidal wave, tornado. hurcicane or other cataclysmic phenomena of nature, or acts of the public enemy or of governmental authorities. In case of suspension of work for any cause, the Contractor shall be rosponslble for the preservation of all materials. He shall provide suitable drainage of the roadway and shall erect temporary structures where required. The contractor shall maintain the roadway in good and passable condition until final acceptance, except as outlined below for opening the roadway to traffic. SPECIAL PROVISION TO ITEM 8 PROSECUTION AND PROGRESS For this project, Item 8, "Prosecution and Progress", of the Standard Specifications, is hereby amended with respect to the clauses cited below and no other clauses or requirements of this item are waived or changed hereby. Article 8.6. Failure to Complete Work on Time is voided and replaced by the following: 8.6. Failure to Complete work on Time. If the Contractor fails to complete the contract in the working days specified, the time charge will be made for each working day thereafter. The time set forth in the proposal for the completion of the work is an essential element of the contract. For each working day under the conditions described in the preceding paragraph that any work shall remain uncompleted after the expiration of the working days specified in the contract, together with any additional working days allowed, the amount per day given in the following schedule will be deducted from the money due or to become due the Contractor, not as a penalty, but as liquidated damages. For Amount Amount of of Contract Liquidated From More To and Damages Per Than Includino Working Davs g 0 $ 100,000 3 200 100,000 500,000 4 SO 500,000 1,000,000 550 1,000.000 2,000,000 700 2,000,000 5,000,000 $SO 5,000.000 10,000,000 1,300 10,000,000 15,000,000 1,700 15.000,000 Over I5,000,(~0 2,000 ITEM 9 MEASUREMENT AND PAYMENT For This project, Item 9, "Measurement and payment", of the Standard Specifications, no clauses or requirements of this item are waived or changed .